Loading...
HomeMy WebLinkAboutTIS 2022-06-21 COMPLETE AGENDA PACKETCity of Tukwila Transportation and Infrastructure Services Committee .•. •:• Kate Kruller, Chair Mohamed Abdi ❖ Tosh Sharp Distribution: K. Kruller C. Hougardy T. Sharp H. Ponnekanti S. Kim (email) G. Lerner (email) City Attorney (email) Clerk File Copy Place pkt pdf on SharePoint: Z Trans & Infra Agendas email cover to: F. Ayala, A. Le, C. O'Flaherty, A. Youn, B. Saxton, S. Norris, L. Humphrey AGENDA TUESDAY, JUNE 21, 2022 — 5:30 PM HYBRID MEETING — ONSITE AND VIRTUAL DUWAMISH CONFERENCE ROOM, 6300 BUILDING, 2ND FLR MS Teams: Click here to loin the meeting Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 832142070# ) Next Scheduled Meeting: July 18, 2022 The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. Item Recommended Action Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) Public Works Fleet and Facilities Tenant Improvements a) Forward to the 06/27/22 Special Pg. 1 Contract No. 18-197, Amend No. 5 (H. Ponnekanti) Consent Agenda b) Public Works Fleet and Facilities Tenant Improvements b) Forward to the 06/27/22 Special Pg. 9 Contract No. 16-179, Amend No. 5 (H. Ponnekanti) Consent Agenda c) Public Works Fleet and Facilities Tenant Improvements c) Forward to the 06/27/22 Special Pg. 15 Contract No. 21-046, Change Order No. 15 Consent Agenda (H. Ponnekanti) d) Public Works Shops Phase 2 d) Discussion only Pg. 35 Project Update (H. Ponnekanti) e) 2022 Overlay and Repair Program e) Forward to the 06/27/22 Special Pg. 39 Bid Award (D. Elder) Consent Agenda f) Neighborhood Traffic Calming Program f) Discussion only Pg. 57 Project Update (D. Elder) 3. MISCELLANEOUS Next Scheduled Meeting: July 18, 2022 The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director / City Engineer BY: Justine Kim, Senior Project Manager, Shiels Obletz Johnsen, Inc. CC: Mayor Allan Ekberg DATE: June 17, 2022 SUBJECT: Public Works Fleet and Facilities Tenant Improvement Project Project Number 91630601, Contract 18-197, Amendment No. 5 ISSUE Approve Amendment No. 5 to Contract No. 18-197 with SHKS Architects for the Public Works Fleet and Facilities Tenant Improvement Project. BACKGROUND The City Council adopted a Combined Public Works Shop Capital Project as part of the City's Public Safety Plan. This project was most recently updated in the 2021-2022 Adopted Budget. The City chose a site in 2017, purchased properties in 2018 and began Phase 1 design and construction in 2019. Additional funding is needed for the Public Works Fleet and Facilities Tenant Improvement Project (Phase 1 of the Public Works Shop) of $1 million to complete exterior work (roofing work, exterior envelope, and covered storage), as was discussed at Transportation and Infrastructure Services Committee on April 4, 2022. At the April 11, 2022 Committee of the Whole meeting, Council provided their consensus to proceed with this funding plan as outlined. This amendment is one of the steps in proceeding with the funding plan, specifically related to architectural services. The City of Tukwila hired SHKS Architects to perform architectural design and planning services for the Public Works Project as part of the Tukwila Public Safety Plan, in the amount of $299,997.00. Amendment No. 1 was for additional services and fees for preparing permit and bid documents, obtaining demolition permits, and construction contract administration for the demolition of two existing buildings on the City of Tukwila Public Works future site, in the amount of $16,500.00. Amendment No. 2 provided Schematic Design, Design Development, Construction Documents, Bidding, Construction Administration, and Project Closeout services related to Public Works project in the amount of $570,768.00. Amendment No. 3 provided continued construction administration time beyond basic services, in the amount of $39,125.00. Amendment No. 4 was a no cost, time extension amendment to extend the contract end date to December 31, 2022. ANALYSIS Amendment No. 5 is for services which includes design and construction oversight for the roofing enhancement, envelope painting/repair, and addition of detached storage buildings at the Public Works Fleet and Facilities property. These services will include preparing design, permit (as applicable) and Request for Change Order Proposal documents for the Tukwila Public Works Shops roofing enhancement, envelope painting/repair and detached storage buildings project. FISCAL IMPACT The expenditures associated with these tasks are anticipated and are included in the Council approved project budget. SHKS Architects has provided an hourly cost, not to exceed $130,000.00, to perform the additional services in Amendment No. 5. The total contract amount will now be $1,056,390.00. 1 INFORMATIONAL MEMO Page 2 A. Original Contract — Master Planning & Programming $299,997.00 B. Amendment No. 1 — Bid documents, demolition permits & construction contract administration $16,500.00 C. Amendment No. 2 — Schematic Design, Design Development, Construction Documents, Bidding, Construction Administration, and Project Close -Out $570,768.00 D. Amendment No. 3 — Additional Construction Administration, Tukwila Public Works Scope additions/revisions $39,125.00 E. Amendment No. 4 — No Cost, Time Extension Only $0.00 F. Amendment No. 5 - Design/Construction oversight for Roofing Enhancement, Envelope Repair, Addition of Detached Storage Buildings $130,000.00 New Contract Amount $1,056,390.00 RECOMMENDATION Council is being asked to approve Amendment No. 5 to Contract No. 18-197 with SHKS Architects in the amount of $130,000.00 and to consider this item on the Consent Agenda of the June 27, 2022, Special Council Meeting. Attachments: SHKS Architects Amendment No. 5 SHKS Architects Scope of Work and Fee — EXHIBIT A Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 2 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 18-197(e) CONTRACT FOR SERVICES Amendment No. 5 Between the City of Tukwila and SHKS Architects That portion of Contract No. 18-197 between the City of Tukwila and SHKS Architects is hereby amended as follows: Section 1 Project Designation: The Consultant is retained by the City to perform Architectural Design, Planning and Close -Out services in connection with the project titled Tukwila Public Works Facility project ("Project"). Section 2 Scope of Services: The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. Section 4 Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: Payment for the work provided by the Consultant shall be made as provided on Exhibit "A" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $1,056,390 (including estimated expenses) without express written modification of the Agreement signed by the City. The total fee for additional services related to Amendment No. 5 are $130,000. All other provisions of the contract shall remain in full force and effect. Dated this CITY OF TUKWILA day of , 2022 Allan Ekberg, Mayor ATTEST/AUTHENTICATED Christy O'Flaherty, MMC, City Clerk CA Revised December 2016 CONSULTANT Jonathan Hartung, Principal APPROVED AS TO FORM Office of the City Attorney Page 1 of 1 3 SHKSARCHITECTS June 09, 2022 Justine Kim Shiels 1 Obletz 1 Johnsen 101 Yesler Way, Suite 606 Seattle, WA 98104 Re: CITY OF TUKWILA PUBLIC WORKS Dear Justine, The following proposal for services includes design and construction administration for the roofing enhancement, envelope repair, and addition of detached storage buildings at the Tukwila Public Works Fleet and Facilities property. These services include preparing design, permit (as applicable) and Job Order Contract bid documents, for the Tukwila Public Works Shops Envelope repair/replacement and detached storage buildings project. Please do not hesitate to contact us with any questions you may have. Sincerely, AA. .i m H reide4r, AIA Principal cc: file Seattle, WA 1 Burlington, VT www.shksarchitects.com 4 ADDITIONAL SERVICES FEE PROPOSAL Project Name Date Submitted CITY OF TUKWILA PUBLIC WORKS June 09, 2022 SHKSARCHITECTS Revision Number: 4 PROJECT UNDERSTANDING Basic services include design, permit, construction documents, bidding, and limited construction phase services for the Tukwila Public Works Shops Envelope repair/replacement and design review/coordination of the detached storage buildings. Our scope of work includes renovations to the existing building and design review of stand- alone storage structures. Renovations include: roof retrofitting (membrane roofing installed over existing roof), exterior envelope repair and replacement (replacement of existing metal cladding to +/- 8 feet, repair of existing metal panel above, and painting of building), and manufactured steel platform at generator. Storage structure design review consists of review of supplier/manufacturer provided drawings and coordination/review of the design to meet operational requirements of the City. It is our understanding that The City of Tukwila has elected to perform this work utilizing a Job -Order -Contractor. Basic services include architectural, structural, and envelope consulting services. Basic service meetings are limited to three (3) meetings during Design, four (4) meetings during Construction Documents, and monthly meetings during Construction. Each meeting is budgeted for two hour including travel time. All meetings are scheduled to occur at TPW offices. Meetings during design and construction documents beyond (7) identified above, are an additional service. Meetings during construction beyond (3-SHKS, 12 — Envelope Consultant), are an additional service. SCOPE OF SERVICES & DELIVERABLES — ENVELOPE REPAIR 1. Design Y 100% Design Drawings and outline specifications Y 100% Design Cost Plan Y Permit submittal including drawings, calculations and revisions (as necessary) 2. Construction Documents Y 100% Bid Documents (drawings and specifications) Y 100% Bid Documents Cost Plan 3. Bidding (Job -order Contractor) Y Coordinate issuance of bid documents Y Respond to bidder questions Y Clarify bid documents 4. Construction Phase Services Y Envelope Consultant to perform weekly (assumes 12) job walks/issue field reports to confirm construction in accordance with design intent Y Attend monthly meetings with JOC and owner to review progress Y Perform punch walk and issue punch list 5 SHKSARCHITECTS SCOPE OF SERVICES & DELIVERABLES — STORAGE STRUCTURE DESIGN REVIEW 1. Design Y Review manufacturer/supplier provided documents Y Confirm/coordinate with City of Tukwila that the design meets operational requirements Y Attendance at (2) meetings with owner Y Civil Engineering for grading, site drainage. 2. Construction Documents Y Review construction documents for design intent conformance MAXIMUM ALLOWABLE CONSTRUCTION COST (MACC) The anticipated maximum allowable construction cost (MACC) for the Envelope Repair project is $1,100,000. BASIC SERVICE FEE We have based our fee proposal on the State of Washington NE Fee Schedule for Public Works Building Projects. Based on the scope and deliverables we have prorated the fee and percentage, the fixed fee for basic services is $130,000. Should the cost of construction exceed the anticipated MACC we will request additional compensation as necessary. REIMBURSABLES: Expenses in addition to compensation for Basic Services include expenses incurred by the Architect directly related to the Project. Expense costs to be reimbursed by the Client may include but are not limited to the following: printing, courier fees, mileage, permit fees, other fees, presentation materials, models, visualizations, and photography. The Architect shall seek prior authorization from the Owner for these expense costs. For Reimbursable Expenses the compensation shall be the expenses incurred by the Architect plus « Ten » percent («10 » %) of the expenses incurred. The estimated reimbursable expenses for this project are $500. EXCLUSIONS Construction administration phase services and project closeout are excluded. SUMMARY OF FEES Envelope Repair/Replacement: $85,000 Civil Engineering: $10,000 ALLOWANCE Envelope Consultant: $25,000 ALLOWANCE Storage Structure Design Review: $9,500 Reimbursables: $500 Total: $130,000 RATES Rates are hourly, in accordance with the rates stated in City Project No. 91630601, Contract 18-197. SCHEDULE Design 04/01/22 through 05/13/22 Construction Documents 05/16/22 through 06/17/22 Bidding 06/20/22 through 07/13/22 6 Construction TBD SHKSARCHITECTS 7 8 City of Tukwila AIIan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/City Engineer BY: Justine Kim, Senior Project Manager, Shiels Obletz Johnsen, Inc. CC: Mayor AIIan Ekberg DATE: June 17, 2022 SUBJECT: Public Works Fleet and Facilities Tenant Improvement Project Project No. 91630601, Contract No. 16-179, Amendment No 5 ISSUE Approve Amendment No. 5 to Contract No.16-179 with Shiels Obletz Johnsen (SOJ) for the Public Works Fleet and Facilities Tenant Improvement Project. BACKGROUND The City Council adopted a Combined Public Works Shop Capital Project as part of the City's Public Safety Plan. This project was most recently updated in the 2021-2022 Adopted Budget. The City chose a site in 2017, purchased properties in 2018 and began Phase 1 design and construction in 2019. Additional funding is needed for the Public Works Fleet and Facilities Tenant Improvement Project (Phase 1 of the Public Works Shop) of $1 million to complete exterior work (roofing work, exterior envelope, and covered storage), as was discussed at Transportation and Infrastructure Services Committee on April 4, 2022. At the April 11, 2022, Committee of the Whole meeting, Council provided their consensus to proceed with this funding plan as outlined. This amendment is one of the steps in proceeding with the funding plan, specifically related to construction management services. City of Tukwila hired SOJ to perform Project Management services for the Public Safety Plan Project. The initial contract amount and Amendment No. 1 was $3,187,614.00. Amendment No. 2 was a no cost time extension, through December 31, 2021, only. The table below shows the original contract breakdown of fees dedicated to each project (These numbers include Amendment No. 1). Amendment No. 3 included SOJ's Construction Administration Management services on the Phase I Tenant Improvement Project work at the new Public Works location. Amendment No. 4 covered SOJ's continued assistance with the Tenant Improvement Project Construction Administration through pandemic related schedule delays and the concrete strike, bringing the total current contract amount to $3,354,471.65. The budget table under Fiscal Impact shows the breakdown of each amendment. Justice Center (Opened summer of 2020) $1,954,091.00 Fire Station 51 (Opened summer of 2020) $337,155.00 Fire Station 52 (Opened spring of 2021) $524,663.00 Fire Station 54 (Site procurement completed 2018) $100,000.00 Public Works (Site procurement 2018 and Master Plan 2019) $271,705.00 TOTAL (including Amendment No 1) $3,187,614.00 ANALYSIS SOJ has provided a proposal for Amendment No. 5. These services include Construction Administration (CA) on the Fleets and Facilities Building roof enhancement, envelope painting/repair, 9 INFORMATIONAL MEMO Page 2 and addition of detached storage buildings scope of work. This amendment covers SOJ's efforts from July 2022 through December 2022. FISCAL IMPACT The expenditures associated with these tasks are anticipated and are included in the Council approved project budget. SOJ has provided a proposed amount of $84,901.00 to perform the services in Amendment No. 5. The table below shows the initial contract amount, previous amendments, new proposed amendment amount, and the new not to exceed total of $3,439,372.65. Public Safety Plan Project Original Contract Amount for Public Safety Plan $2,694,716.00 Amendment No 1 - (Additional scope to all project sites) $492,898.00 Subtotal (up to Amendment No 1) $3,187,614.00 Amendment No 2 - (No cost time extension) $0.00 Amendment No 3 - (PW Fleets and Facilities CA) $127,617.65 Amendment No 4 — (Cont. PW Fleets & Facilities CA) $39,240.00 Subtotal (up to Amendment No 4) $3,354,471.65 Amendment No 5 — (PW Fleet & Facilities Roof Enhancement, Exterior Scope CA) $84,901.00 New Total Contract Amount $3,439,372.65 RECOMMENDATION Council is being asked to approve Amendment No. 5 to Contract No. 16-179 with Shiels Obletz Johnsen in the amount of $84,901.00 and to consider this item on the Consent Agenda of the June 27, 2022, Special Council Meeting. ATTACHMENTS: Contract Amendment No 5 to Contract #16-179 with SOJ Shiels Obletz Johnsen proposal for services with Scope of Work and Fee Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 10 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number:16-179(e) CONTRACT FOR SERVICES Amendment No. 5 Between the City of Tukwila and Shiels Obletz Johnsen, Inc. That portion of Contract No. 16-179 between the City of Tukwila and Shiels Obletz Johnsen, Inc. is hereby amended as follows: Section 1 Project Designation: The Consultant is retained by the City to perform Project Management services in connection with the project titled Tukwila Public Safety Plan and PW Fleets and Facilities Building Tenant Improvements Projects. Section 2 Scope of Services: The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment, and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2022, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2022 unless extension of such time is granted by writing by the City. Section 4 Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: Payment for the work provided by the Consultant shall be made as provided on Exhibit "A" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $3,439,372.65 (including estimated expenses) without express written modification of the Agreement signed by the City. The total fee for additional services related to Amendment No. 5 are $84,901. All other provisions of the contract shall remain in full force and effect. Dated this day of , 2022. CITY OF TUKWILA CONTRACTOR Allan Ekberg, Mayor Brad Tong, Managing Director ATTEST/AUTHENTICATED APPROVED AS TO FORM Christy O'Flaherty, MMC, City Clerk Office of the City Attorney CA Revised December 2016 Page 1 of 1 11 s 0 J June 09, 2022 Hari Ponnekanti Director of Public Works 6200n Southcenter Blvd. Tukwila WA 98188 Project: Tukwila Public Works — Fleets and Facilities (Heiser Building Tenant Improvement) Subject: Proposal for Construction Administration Management Contract Amendment Dear Hari: SOJ is please to submit our proposal to continue to assist with the Fleets and Facilities Heiser Building Tenant Improvement Project Construction Administration on the roof enhancement, envelope painting/repair and addition of detached storage buildings scope of work. Fee $84,901 (including $3,000 of reimbursable expenses) for continued assistance with the management of the roof enhancement and exterior scope of the Heiser Building, being executed by Lincoln Construction Company and SHKS architects. Duration We are forecasting that this proposal covers our efforts from July 2022 through December 2022. Scope of Services • Overseeing the construction progress toward roof enhancement, envelope painting/repair and addition of detached storage buildings scope of work. We appreciate your consideration of the above and look forward to your response. Sincerely, dited1W— 01/1 Justine Kim Partner / SOJ Cc: File 12 s 0 J Public Works Fleet and Facilities - Roofing and Exterior Scope 6/9/2022 2022$ Rates July August September October November December Total Hrs Rates are 2022$ Justine Kim Est. Hours Billing Rate: $239/hour $ 239 42 42 42 42 42 41 251 $59,989 Matt Strutynski Est. Hours Billing Rate: $83/hour $ 83 44 44 44 44 44 44 264 $21,912 Equivalent FTE: Reimburseable Expenses 500 500 500 500 500 500 Total for Amendment No 5: $81,901 $3,000 $84,901 13 14 TO: FROM: By: CC: DATE: SUBJECT: City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer INFORMATIONAL MEMORANDUM Transportation and Infrastructure Services Committee Hari Ponnekanti, Public Works Director/ City Engineer Justine Kim, Senior Project Manager, Shiels Obletz Johnsen, Inc. Mayor Allan Ekberg June 17, 2022 Public Works Fleet and Facilities Tenant Improvement Project Project No. 91630601 Contract No. 21-046, Change Order No. 15 Issue Approve Change Order No. 15 to Contract No. 21-046 with Lincoln Construction, Inc. for the Public Works Building Tenant Improvements Project for ordering of roofing materials due to a long lead time. Background The City Council adopted a Combined Public Works Shop Capital Project as part of the City's Public Safety Plan. This project was most recently updated in the 2021-2022 Adopted Budget. The City chose a site in 2017, purchased properties in 2018 and began Phase 1 design and construction in 2019. Additional funding is needed for the Public Works Fleet and Facilities Tenant Improvement Project (Phase 1 of the Public Works Shop) of $1 million to complete exterior work (roofing work, exterior envelope, and covered storage), as was discussed at Transportation and Infrastructure Services Committee on April 4, 2022. At the April 11, 2022 Committee of the Whole meeting, Council provided their consensus to proceed with this funding plan as outlined. This Change Order is one of the steps in proceeding with the funding plan, specifically related to the roofing work. The Public Works Fleet and Facilities Tenant Improvement Project scope includes seismic upgrades, plumbing and electrical, fire protection, HVAC upgrades, and interior offices, locker rooms, and showers. The project is complete, and the Fleets and Facilities division will begin the move -in process in the coming weeks. The project team is in the process of negotiating the Change Order for the roofing enhancement scope of work, among other exterior work, which was approved to proceed by the Council in April of 2022. The project team was informed that the roofing material to be installed are impacted by Covid-19 pandemic related supply chain disruption and it will take between 12 to 16 weeks for delivery from the order date. We also learned that the same material cost is estimated to increase between 8% to 15% in the next two months. Thus, we recommend moving forward with this Change Order now to avoid the anticipated cost increase. Analysis The project architect is in the process of completing the documents for exterior scope of work, and it will take a few more weeks to perform due diligence to arrive at a fair, negotiated Change Order amount with Lincoln Construction. While waiting for the final negotiated number, it will be most advantageous for the City to approve ordering of the roofing materials that have a long lead requirement due to the Fleet & Facility Services - 14000 Interurban Avenue, Tukwila, WA 98168 - 206-431-0166 Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 15 INFORMATIONAL MEMO Page 2 current market conditions. The attached draft Change Order has details of the material components that are required to perform the roofing enhancement work. The table below describes the current construction contract with Lincoln Construction, Incorporated from the original contract to the current contract sum to date as of May (including sales tax). As a reminder, at the time of bid award, Lincoln Construction was the third lowest responsive bidder after two other contractors rescinded their bids due to error. One of the conditions requested by Lincoln Construction of accepting the award was to exclude the Bid Alternate for the roof enhancement scope. This was due to Lincoln's Bid error associated with the Alternate. Fiscal Impact The expenditures associated with these tasks are anticipated and are included in the Council approved project budget. Lincoln Construction has provided a proposed amount of $339,441.00 for the purchase of roofing materials. The table below shows the initial contract amount, previous Change Orders, the new proposed Change Order amount, and the new contract total of $6,204,595.72. Lincoln Construction Contract Original Contract $ 4,427,221.00 Total Change Orders to Date (Including May) $ 899,895.00 Total Contract Sum to Date $ 5,327,116.00 Sales Tax $ 538,038.72 Subtotal (through Change Order#14) $ 5,865,154.72 Change Order #15 for Roofing Enhancement (Materials Only) $ 339,441.00 New Contract Amount $ 6,204,595.72 Council Approved Maximum Construction Budget (Tenant Improvement + Roof/Exterior Scope) $ 7,982,180.86 Remaining Amount of Council Approved Construction Budget after Change Order #15 $ 1,777,585.14 Next Steps Order the roofing material and complete the documents for the 20 -year roofing system upgrade, and other exterior scope of work and bring the negotiated Change Orders to Council for approval. Recommendation Council is being asked to approve Change Order No. 15 to Contract No. 21-046 with Lincoln Construction in the amount of $339,441.00 for roofing materials and to consider this item on the Consent Agenda of the June 27, 2022, Special Council Meeting. Attachment: Lincoln Construction Change Order Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 16 TO: CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 15 DATE: 6/13/2022 PROJECT NO.: 91630601 PROJECT NAME: PW Fleet & Facilities BUDGET NO.: 306.98 CONTRACT NO.: 21-046 (o ) Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Crhead_ Rate for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful cdillkion ch. "oe propose and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work abode specified will epfull payment therefore the prices shown above and below. ACCEPTED: Date By Original Contract (without tax), $ 4,427,221.00 Previous Change Order $ 899,895.00 This Change Order (without tax) $ 339,441.00 REV. CONTRACT AMOUNT $ 5,666,557.00 Original Contract Time: 242 days (December 3, 2021) Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 371 days (April 11, 2022) APPROVED BY THE CITY OF TUKWILA Date By Mayor Public Works Director SOJ Program Director ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w/encumbrance) Project Management File PW Project Finance File *The original contract value is construction only and does NOT include preconstruction or amendments to preconstruction. 17 Exhibit "A" ORDER TUKWILA - SUMMARY OF CHANGE - Public Works (PW) Fleet & Facilities PW Fleet & Facilities CO # 015 ,,,..,04.11a-4,.., Gi -2.904_... CHANGE CITY OF Project Name Project # TO CONTRACTOR: 91630601 Contract # 21-046 (o) Date 6/13/22 Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD # Description Reason Code Amount COP 118 Roofing Materials for West and East Roofs. The cost for roofing materials only, for complete re -roof per discussions and meetings for both East and West roof. Offloading by City of Tukwila, storage by City of Tukwila. Assumed storage in East shop. Please note there will be an assumed increase in material costs in the next 2 months anticipated between 8% and 15%. OC $339,441.00 Change 015 $339,441.00 IN\ IIS 18 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To: City of Tukwila Attn.: Tukwila Public Works Fleet & Facilities Buildin A. TOTAL MATERIAL/EQ BASE COST B. TOTAL LABOR COST SUBTOTAL C. OVERHEAD AND PROFIT (13%) SUBTOTAL D. SUBCONTRACT COST E. OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%) SUBTOTAL H. BOND (GC COP NO: CCD/PR No.: Date: 6/13/2022 Project: LCI Project No.: $ 118 1239 $ SUBTOTAL 9,886.62 329,554.00 9,886.62 TOTAL CHANGE PROPOSAL COST $ 339,441 CONTRACT TIME ADJUSTMENT (DAYS) TBD Lincoln Construction, Inc. CONTRACTOR 6/13/2022 DATE 74.90144 .om U Tom Romberg 01114.00 g)3 (2) Lincoln Construction Change Order Request To: City of Tukwila Owner COP/CCD/PR #: Re: Public Works Fleet and Facilities Date: 6/13/2022 COP #: 118 Please provide a change order for the following work: Roofing materials only for complete re -roof per discussions and meetings for both East and West roof. Offloading by City of Tukwila, storage by City of Tukwila. Assume storage in East shop. Please note there will be an assumed increase materia ssts in tnext 2 months anticipated between 8% and 15%. Total price per attached breakdown: State and local sales tax: Extension of time: 339,441 include X TBD not included This price is good for We have proceeded with the work Work will not proceed without formal authorization 5 days from the above date, after which this request is subject to revision. Sincerely, 76,44a4 Ro " a9 - Pzalect 7Z en 20 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities DESCRIPTION: LABOR COP: 118 Owner COP/CCD/PR #: REV: 000 DATE: 6/13/2022 PROJECT MANAGER SUPERINTENDENT ASSISTANT SUPERINTENDENT CARPENTER -Concrete Form and Pourback LABORER HOURS SUBTOTAL SMALL TOOL ALLOWANCE @ SUBTOTAL MARK-UP @ TOTAL LABOR 0.0% RATE 95.00 88.95 77.15 75.85 67.72 TOTAL 13. 0 MATERIALS/EQUIPMENT PHASE CODE UNITS - RATE 0.00 = $ 0.00 = $ 0.00 = 0.00 $ SUBTOTAL $ USE TAX ON MATERIALS AND EQUIPMENT MARK-UP @ TOTAL MATERIAL/EQUIPMENT'` $ SUBCONTRACTS Wayne's Roofing SUBTOTAL RATE X = $ - X = $ - X 310,900.00 = $ 310,900.00 X = $ - X = $ - X = $ - X = $ - X = $ MARK-UP @ Sub Direct Cost TOTAL SUBCONTRACTS PROPOSAL SUBTOTAL BONDS/Liability/Builders Risk/B&O Tax PROPOSAL TOTAL Updated: 9/30/2011 0 6.0% Less Sub Fee 3.000% $ 310,900.00 $ 18,654.00 $ 329,554.00 $ 329,554.00 $ 9,886.62 $ 339,440.62 Page 4 of 6 21 BREAKDOWN OF COST WAYNE'S ROOFING,INC. PO Box 228741.4 Sumner, WA 98390 6'� StLJUF(gt 52 JOB NAME Tukwila Public Works Fleet & Facilities Building DATE 6/13/2022 CR DESCRIPTION: PVC Roof Materials JOB NO PVC Roofing Materials QTY UNIT DESCRIPTION ITEM COST TOTAL SUB EQUIP LABOR MATERIALS 4,950.00 PC EPS Flute Filler Insulation $5.85 $28,957.50 421.00 SQ 1/2" HD Coverboard $94.50 $39,784.50 23.00 PAIL 4" Fasteners $254.00 $5,842.00 8.00 PAIL 9" Fasteners 44.00 BX 3" Insulation Plates $150.00 $6,600.00 50.00 SQ 3.3" Polyiso insulation 29.00 SQ Q -Panel Tapered Panel Insulation 55.00 SQ 2" Polyiso Insulation $101.40 $5,577.00 5.00 PAIL SA-Prmer 8.00 RL SA Vapor Barrier 50.00 RL Duro-Fleece 60m1 light gray 10'x100' $1,360.00 $68,000.00 9.00 RL Duro-Last 60m1 Light gray -2'8"x100' 91.00 PAIL WB 11 Adhesive $192.20 $17,490.20 30.00 RL 12" Duro-Last Stripping 100.00 EA Term Bar $7.00 $700.00 1.00 PAIL Term Bar Fasteners $179.00 $179.00 3.00 PAIL Membrane Plates $400.00 $1,200.00 7.00 EA Inside Corner 129.00 EA Outside Corner .60 20.00 EA Stack Flashing $11.25 $225.00 10.00 BAG T -Joints $8.99 32.00 SHEET Vinyl Coated Metal 4'X10' $186.005 5.00 CASE Caulking 30/Case $253.50 $ 67.50 38.00 EA Walkpads 30"x60" $24.35 $ 25 30 19,800.00 LF Vinyl Ribs - 24"oc $2.99 $59 ' 02.00 1.00 LS Freight $3,600.00 600.00 .130.00 HR PROJECT MANAGER HR ROOFER STANDARD ' =OR RATE • HR ROOFER OVERT , LABOR RATE , r AI DAY CREW CAB CREW TRUCK (PER DAY) $299.00 D 2 TON FLATBED/DUMP TRUCK (PER DAY) $696.00 AY 23 TON BO RUCK (PER SAY) $961.00 AY 6K -8K REAC RKLIFT (PER DAY $667.00 OTHER RENT E PARKING FEES CONSUMABLES TN DISPOSAL $200.00 LS COUNTY TOTAL MATERIALS $269,737.74 KING TOTAL LABOR TOTAL EQUIPMENT WRI PM SUBTOTAL $269,737.74 AARON LEONARD 13.00 % OH / PROFIT $35,065.91 TOTAL MATERIAL LABOR & EQUIP. $304,804 GC COP # TOTAL SUBCONTRACTOR N/A 10.00 % OH / PROFIT TOTAL SUBCONTRACTOR WRI CR # 2.00 % INSURANCE $6,096.07 001 % BONDING TOTAL PRICE $310,900 Tukwila - CR 6/13/2022, 9:50 AM Today's Date: 6/10/2022 Project Number: 194976 Customer: WILL WILLIAMS Job Name: TUKWILA FLEET FACILITIES Customer #: 525 Morely Drive Saginaw, MI 48601 (989) 753-6486 (800) 248-0280 FAX (989) 753-4472 FAX (800)432-9331 99U300 Address: TBD City: TUKWILA State: WA Zip: 00030 Ship to: TBD TUKWILA, WA Contact: WILL WILLIAMS Phone: c Email: 0 Taken By: NINA WENDLAND *4x4 Paliet uses one spot - 4x8 Pallet uses two spots Misc Notes: If you have any further questions, please call NINA WENDLAND at (800) 248-0280 - Ext: 2234 p awn* Insulation Products�� .. 23 rvinl INSIiLF[3AIyl Description -.. _.::.. 1# EPS BEVEL CUT . 4950 - _ - !Alit PC P` kcj nit $5-85 Fane ndo_d . _ $28,957.50 1.5"X1279.5' X96" r DRY VAN PICING VALID 3ODAYSfiOM DATE ON QUO T'E PRICING VALID ONLY IF SHIPPED BEFORE EXPIRATION DATE 1 MUST VERIFY PIECE COUNTS BEFORE ORDERING Fuel Surcharge INLUDFD Taxes Not Included Terms 2% 10 Net 30 *4x4 Paliet uses one spot - 4x8 Pallet uses two spots Misc Notes: If you have any further questions, please call NINA WENDLAND at (800) 248-0280 - Ext: 2234 p awn* Insulation Products�� .. 23 OLROkLAST Today's Date: '710/2022 Project Number: 19497o Customer: WILLIAMS Job Name: UKWILA FLEET FACILITIES 525 Morely Drive Saginaw, MI 48601 (989) 753-6486 (800) 248-0280 FAX (989) 753-4472 FAX (800) 432-9331 Expiration Date: 7/10/2022 Customer #: 990300 Address: 'BD City: TUKWILA State: Ship to: TBD TUKWILA, WA Contact: WILL WILLIAMS Zip: 00000 Phone: 0 Email: '" Taken By: NINA WENDLAND Part # 37399 MFR HO PL C83 001 - Description 0.5 -inch DG HD 150 100 P514x8 _ 403.2 Squares Price/Unit. 594`5{} Extended $38,102.40 - *ESTIMATED LEAD TIME: 9-12 MONTHS" PRICING VALID ONLY IF SHIPPED BEFORE EXPIRATION DATE FUEL SURCHAGE SUBJECT TO CHANGE ' I ASED AT TIME OF ORDER Full Truck Freight 0 Trucks 50-00 Partial Truck Freight -(30 Spots) 1 Truck 5380.00 5380.00 Taxes Not Includes Terms 2% 20 Net 30 PRICED SOSD - TOTAL: 538.482:40. *4x4 Pallet uses ane spot - 4x8 Pallet uses two spots Misc Notes: If you have any further questions, please call NINA WENDLAND at (800)248-0280 - E 2234 "'runs Insulation Products 24 DURO-LAST® STANDARD MEMBRANE Please referencepace 2 for temporary product lead time updates. Description Mil White Tan/Gray/Dark Gray/ Terra Cotta Roll Goods" 40 0.98/sq ft 1.00/ sq ft 60" Tabs/120" Tabs 40 1.03/sq ft 1.04/sq ft 28" Tab/Parapets 40 1.10/sq ft 1.12f sq ft Roll Goods" 50 1.11/sq ft 1.12/sq ft 60" Tabs/120" Tabs 50 1.15/sq ft 1.17/sq ft 28" Tabs/Parapets 50 1.22/sq ft 1.24/sq ft Roll Goods"" 60 1.23/sq ft 1.25/sq ft 60" Tabs/120" Tabs 60 1,28/sq ft 1,30/sq ft 28" Tabs/Parapets 60 1.351sq ft 1.38/sq ft 6" Round Patch (50 ct.) 10.00/bag 10,00/bag Terra Cotta availabia in 50 -Mil only. Roll Goods: Material that is 5'4" or less in width without custom fabrication. TERRA COTTA AVAILABLE IN THE FOLLOWING ACCESSORIES: Description Price Each Two -Way Roof Vent 26.99 Plenum Vent 85.99 6" x 6" Inside Corner 6.25 6" x 6" Outside Comer 7.45 6" x 18" Inside Comer 8.60 6" x 18" Outside Corner 10.80 18" x 12" Outside Corner 12.45 6" x 6" Outside Butterfly 9.25 j 1" Stack 11,95 J 1'/2" - 8" Stack 13. 9" - 11" Stack 7.65 12" - 15" Stack 20. 2"-8"Drain 18. SPECIAL DECK SHT CHARD - A $.07/sq. ft. upcharge will be ap , ted in the follow' 1. Tab spacing is not 28", 60" or 20" tabs • 10"-27" (28" pricing + $.07) • 29"-59" tabs (60" pricing + $. t" ) • 61"-119" tabs (120" pricing + $. 2. More than two reverses or last laps, ere are less than 60". 3. The fastening tab length is greater than 3". 4. Non -rectangular sheets • 10"-28" tabs (28" pricing + 5.07) • 29"-120" tabs (60" pricing + $.07) DURO-LAST STANDARD ROLL GOOD SIZES COLOR MIL S1.ZE SQ FT WEIGHT ROLL PRICE White 40 5'4" x 150' 800 200 784.00 White 40 5'4" x 100' 534 115 523.32 White 40 5'4" x 50' 267 68 261.66 White 40 2'8" x 100' 267 68 261.66 White 40 8" x 100' 67 17 65.66 White 40 12" x 100' 100 25 98.00 Tan 40 5'4" x 100' 534 115 534.00 Tan 40 2'8" x 100' 267 68 267.00 Tan 40 12" x 100' 100 25 100.00 Gray 40 5'4" x 100' 534 115 534.00 Gray 40 2'8" x 100' 267 68 267.00 Gray 40 12" x 100' 100 25 100.00 Dark Gray 40 54" x 100' 534 115 534.00 Dark Gray 40 2'8" x 100' 267 68 267.00 Dark Gray 40 12" x 100' 100 25 100.00 *Only Maximum Sheet Sizes for 5' Tabs 40 -mil 2,500 sq. ft. 50 -mil 2,000 sq. ft. 60 -mit 1,500 sq. ft. Maximum Sheet Sizes for 10' Tabs 40 -mil 3,000 sq. ft. 50 -mil 2,500 sq. ft. 60 -mil 2,000 sq. ft. COLOR MIL SIZE SQ FoT,GHT WEIGHT ROLL PRICE White 50 5'4" x 100' 534 172 592.74 White 50 5'4" x 50' 267 85 296.37 White 50 2'8" x 100' 267 85 296.37 White 50 8" x 100' 67 22 74.37 White 50 12" x100" 100 33 111.00 Tan 60 5'4" x 100' 534 172 598.08 Tan 50 2'8" x 100' 267 85 299.04 n 60 12" x 100' 100 33 112.00 Gray 60 5'4" x 100' 534 172 598.08 Gray 60 2'8" x 100' 267 85 299.04 y 50 12" x100' 100 33 112.00 Gra 50 5'4" x 100' 534 172 598.08 Dark Gray 50 2'8" x 100' 267 85 299,04 ©ark Gray _; 50 12" x 100' 100 33 112.00 /terra Cotta 50 5'4" x 100' 534 172 598.08 Terra Cotta 50 2'8" x 100' 267 85 299.04 Terra Cotta 50 12" x 100' 100 33 112.00 COLOR MIL SIZE 80 FT WEIGHT ROLL PRICE White 60 54" x 100' 534 208 656.82 White 60 5'4" x 50' 267 104 328.41 White 60 2'8" x 100' 267 104 328.41 White 60 8" x 100' 67 26 82.41 White 60 ' 12" x 100' 100 40 123.00 Tan 60 54" x 100' 534 208 667.50 Tan 60 2'8" x 100' 267 104 333.75 Tan 60 12" x 100' 100 40 125.00 Gray 60 5'4" x 100' 534 208 667.50 Gray 60 218" x 100' 267 104 333.75 Gray 60 12" x 100' 100 40 125.00 Dark Gray 60 54" x 100' 534 208 667.50 Dark Gray 60 2'8" x 100' 267 104 333.75 Dark Gray 60 12" x 100' 100 40 125.00 NOTE: Not stocked -Call for lead time. 02/07/2022 6 All prices subject to change without notice. AJI prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA 25 DURO-FLEECE® COLOR 60 -MIL Please reference Rage 2 for temporary product lead time updates. Color Roll Size Item # Sq. Ft. Price Price/Roll Light Gray 5' x 100' 662050 1.36 680.00 10' x 100' 662051 1.36 1,360.00 Charcoal 5' x 100' 662052 1.36 680.00 10" x 100' 662053 1.36 1,360.00 Patina 5' x 100' 662054 1.36 680.00 10' x 100' 662055 1.36 1,360.00 Light Tan • 5' x 100' 662056 1.36 680.00 10' x 100' 662057 1.36 1,360.00 Blue 5' x 100' 662062 1.36 680.00 10' x 100' 662063 1.36 1,360.00 Green 5' x 100' 662058 1.45 725.00 10' x 100' 662059 1.45 1,450.00 Copper 5' x 100' 662060 1.45 725,00 10' x 100' 662061 1.45 1,450.00 NOTES: • Mn'mum order quant ty is 10,000 sq. ft. • All shipments ship from Michigan facility. DURO-FLEECE® COLOR 80 -MIL Please reference page 2 for temporary product lead time updates. Color Roll Size Item # Sq. Ft. Price Price/Roll Light Gray 5' x 65' 662070 1.50 487.50 10' x 65' 662071 1.50 975.00 Charcoal 5' x 65' 662072 1.50 487,50 10' x 65' 662073 1.50 Patina Light Tan Blue Green Copper 5'x65'_ 662074 1.50 975.00 487.50 10' x 65' 5' x 65' 10'x65' 5' x 65' 10'x65' 5' 10' x 65' 5' x 65' 662075 662076 662077 662068 662069 662078_ 662079. 662066 1.50 1.50 1.50 1.50 1.50 1.60 1.60 1.60 975.00 DURO-LAST® EV ROLL GOODS WHITE Please reference pa 2 for tem ora oroduct lead time updates. Roll Size Mil Item # Sq. Ft. Price Price 1 Roll 10" x 100' Stripping 50 661471 1.13 94.92 2' 6" x 100' 50 661470 1,13 282.50 5' x 140' 50 661460 1.13 565.00 10' x 100' 50 661461 1.13 1,130.00 10" x 100' Stripping 60 661481 1.25 105.00 2' 6" x 100' 60 661480 1.25 312.50 5' x 100' 60 661462 1.25 625.00 10' x 100' 60 661463 1.25 1,250.00 T -Patch 4"-6" Bag (50 ct.) 8067EV 5.99 NOTES: • Accessories are produced with Duro-Last EV 50 -Mil White Membrane. • Pricing is equal to Duro-Last standard membrane accessory pricing. 8 0.0 0.00 520.00 10' x 65' 662067 1.60 1.044.00 NOTES: • Minimum order quantity is 10,000 sq. ft. • All shipments ship from Michigan facility. DURO-TUFF AND DURO-FLEECE COLOR MEMBRANE ACCESSORIES Product Description Price Two -Way Vent (customer chooses vent color) _ 20.99 Plenum Vent (customer chooses vent color) 86.49 6" x 6" Inside Corner 4.45 6" x 6" Outside Corner 5.60 6" x 18" Inside Corner 6.15 6" x 18" Outside Corner _ 6.95 18" x 12" Outside Corner 10.65 6" x 6" Outside Butterfly Comer 7.35 1" Stack 10.05 1'A"-8" Stack 11.95 9"-11" Stack 15.05 12"-15" Stack 18.25 2"-8" Drain 15.99 T -Patch 4"-6" Bag (50 ct.) 8.99 NOTE: Item numbers vary based on color selection of the membrane. 02107/2022 All prices subject to change without DURO-LAST ACCESSORIES STACK FLASHINGS Ad for arae, tan or dark aravl NOTES: • Over 24", call Sales Department for pricing. • Manufactured using outside diameter measurements.. PANDUIT BANDS Description Sogl Price Each os d IOn pe Price Each 1" 1222 37.99 1315 nla 8.80 1'/z" 1315H 2315H 10.75 2" 1316 2316 10.75 1317 2317 10.75 1318 2318 10.75 1319 2319 10.75 1320 2320 10.75 1321 2321 _ 10.75 1322 2322 10.75 1323 2323 13.20 _8;'," 10" 1324 2324 13.20 11" 1325 2325 13.20 12" 1326 2326 16.40 13" 1327 2327 16.40 14" 1328 _ 2328 16.40 15" 1329 2329 16.40 16" n/a Open Only 1 39.65 18" n/a Open Only 40.26 20" nla Open Only 40.87 22" nla Open Only 41.47 24" - nla Open Only 42.08 NOTES: • Over 24", call Sales Department for pricing. • Manufactured using outside diameter measurements.. PANDUIT BANDS Description Item # Price Each Panduit Tool 1221 221.49 %" x 14" S.S. Bands (50/baq) - 1222 37.99 %" x 20" S.S. Bands (50/baq) 1222P 56.49 10 notice. All prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, 0 R • Sigourney, IA • Carrollton, TX • Ludlow, MA 26 Ni''''''''':"...$ Spade Point Item # DURO-LAST Quantity/Pail MEMBRANE 1C 1? CUSTOM 1- MADE 15 SCUPPERS 18 2{l ESTIMATING 24 CHART ,, 33 32 1456 50.15 51.23 52.31 53.39 54.47 55.55 56.63 57.71 58.19 59.87 60.95 62.03 63.11 64.19 65.27 6 1,000/pail 52.31 53.39 54.47 55.55 56.63 57.71 58.79 59.87 60.95 62.03 63.11 64.14 65.27 6535 8 3 b 54.47 65.55 56.63 57.11 58.79 5981 64.95 62.03 63.11 64.15 65.21 6636 67.43 10 238.00 55.63 57.71 58.19 59.87 54,95 62,43 63.11 64,19 66.27 1 66.35 67.43 68.52 12 500/pail 58.79 59.87 60.95 62.93 63.11 64.19 65.27 66.35 61.43 68.52 69.64 14 60.95 62.03 63.11 64.19 65.27 66.35 67.43 68.52 69.60 70.68 16 ...- . , 63.11 64.19 65.27 66.35 61.43 68.52 69.60 70.68 71.76 15 ..,.. ,, i r 65.27 66.35 67.43 58.52 69.60 74,68 _, 71.76 72.84 20 67,43 68.5269.6.7 70.68 71.76 72.84 73.92 22 69.60 74.6E 71.16 72.84 73.92 75.04 24 71.76 72.84 73.92 T5.00 75.08 26 73.92 75.00 76.08 77.16 28 76.08 77.16 78.24 30 78.24 79.32 32 80.40 The above prices are good for scuppers with distance through the wall "C" equal to 18 inches or le FASTENERS #14 SCREWS P-3 Head Description Spade Point Item # Drill Point Item # Quantity/Pail Price Each 1W' 1442-2 _ 1361-2 2,000/pail 178.00 2" 1445-2 1362-2 2,000/pail 208.00 21/2" 1456 1363 1,000/pail 135.00 3" 1447 1364 1 /pail 149 00 3W 1457 1365 1,000/pail . 65.00 4" 1448 136 1,000/pail 250/pail 4'/" 1458 67 1, 000/pail 254. 0 5" 1449 1368 1, 000/pail 269.00 5'/" 14591369 347.00 1,000/pail 3 b 6" 1450_1370 16" _ 1,000/pail 344.00 7" 1451 1371. 500/pail 216.00 8" 1452 1372 5001. 238.00 9" _ 1253 1373 /pail 329.00 10" 1254 1374 500/pail 381.00 11" 1255 1375 500/pail 425.00 12" 1256 1376 500/pail 463.00 NOTES: • Spade Point. • Drill Point P-3 Head: Steel Decks (18 to 24 Gauge). 02/07/2022 #15 SCREWS Wood or Steel Decks Des ' n Item # Quantity/Pail Price Each 2" 1378 1 AOOGpail 179.00 eige• 1379 1,000/pail 224.00 4011c_ 4" 1380 1,001/pail 254.00 VersaFast Plates 1381 000/pail 329.00 6" 1382 500/pa0 210.00 7"' 3 500/pail 291.00 8" 1384 500/pail 322.00 9 1385 250/pail 254.00 10" 1386 250/pail 272.00 11" 1387 250/pail 280.00 ' 12" 1388 250/pail 347.00 14" 1257 250/pail 381.00 16" _ 1258 250/pail 422.00 18" 1259 250/pail 542.00 20" 1260 250/pail 657.00 FASTENERS FOR EDGE DETAILS Description Item # Quantity/Pail Price Each 1'1 " Hexhead #14 1444-2 2,000/pail 208.00 1/4" x 1'/z' ZAMAC Meta! Anchor 12411 1,000/pail 224.00 VERSA -FASTENERS or addWan al sizes call for ar�ailabilitV. Description Item # Quantity/Pail Price Each 2''%" 20001 1,0 0/pail 149.00 314 20002 1,000/pail 196.00 41/44" 20003 1,000/pail 238.00 VersaFast Plates 20040 1,000/pail 177.00 13 All prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA 27 DRILL BITS Description Item # Price Each 7/32" x 6" Straight 1631 5.25 7/32" x 11" SDS 1644 18.05 7/32" x 16" SDS 1645 26.45 ' 3/16' x 3" Straight 1632 3.35 3/16" x 6" Straight 1633 1629 4.55 6.95 3/16" x 6'/z' SDS 3/16" x 8%" SDS 1635 10.00 3/16' x 10" SDS 1630 13.95 3/16" x 12" Straight 1804 19.15 3/16" x 12" SDS 1640 17.40 'f" x 4" Straight 1266 _ 3.70 14" x 4" SDS 1268 6.65 i<"x6"SDS 1643 6,95 DRILL BIT INFORMATION 1. All drill bits are listed by size and total length. 2. Deduct approx. 2" for insertion of bit into tool. 3. 3116"- For concrete decks. 4. ''/."- for anchors going into concrete. 5. 7/32"- bigger easier to use when concrete is dense. 6. Straight bit vs. SDS (spline drive shaft) - based on drill. 7. Straight- More likely to spin. 8. SDS- Only for specific drills. 9. Usable length is 2" shorter than drill bit size, 10. Drill bit is'/7"-1" ranger than fastener. 11. Order drill bit 3" longer than fastener. Description 14" 2,,,4" 3;/4" 4%" 5'/" 63/4" PURLIN FASTENERS Drop -Ship Onl item # 1488 1489 1490 1491 1492 1493 Y SNOW DIVERTERS Add .50 for ctrav. tan or dark ora Description Item # Price Each White w/ White Skirt 1240 44.60 Tan w/ Tan Skirt 1240B 45.55 Tan w/ Terra Cotta Skirt 1240TC 49.15 Gray w/ Gray Skirt 1240E 45.55 Dark Gray w/ Dark Gray Skirt 1240GDX 45.55 CONDUIT/ESCUTCHEON WASHERS hite, tan and gra Description Item # Price Each 1/2" 2" 1338 3.00 3/4" 1337 3.00 1" 1336 3.00 ROOF TRAK° III WALKWAY PADS Description Item # Price Each 30" X 60" White 1080 24.35 60" X 60" White 1082 43.95 30" X 60' Tan 1081 24.35 60" X 60' Tan 1083 43.95 30" X 60" Gray 11107 24.35 60" X 60" Gray 11108 43.95 30" X 60fety 1086 24.90 60" X 60" Safety 1087 45.70 NOTE: The above walkway pads come w h a 4" white skirt on two sides with the 60" dimension. Description Item # Price Each 30" X 60" Safety Skirt 4 Sides 1355 33.85 30" X 60' White Skirt 4 Side 1356 33.85 Quantity/Pail ,500/pail ,000/pai litODOip 00 rice E 3 22 344.00 1,000)pa , 1,000Jpail 35' 68.00 7'/" 94 500/pail 308.00 83/4" 494-001 500/pail 366.00 PLATES Description - " Item # Quantity/Box Price Each 2" Round Poly Plates 1305P '1,000/box 250.00 3" Square Steel Plates 13005 500/box 150.00 3" Plastic Insulation Plates 13051 1,000/box 200.00 Metal Cleat Plates 1304 1,000/box 400.00 RhinoBond Induction Plate 1302 500/box 450.00 DL 3" Induction Insulation Disc 18654 100/bag 10.50 ' RhinoBond Insulation Disk 1339 250/box 47.00 TruFast induction Plate 1865 500/box 400.00 11/4 x 23/4 Oval Metal Plate 1310 5001bax 175.00 AccuSeam® Plates 2-3/8" 1867 1,000/box 400.00 AccuTrac® Plates 3' 1866 1,000/box 400.00 02/07/2022 15 All prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR s Sigourney, IA s Carrollton, TX r Ludlow, MA 28 TERMINATION DETAILS VINYL TERMINATION BAR 10' lenpths Description Item # Price/Ft White 1225 0.60 Tan 12258 0.70 Gray 12253 0.70 ALUMINUM TERMINATION BAR 10` lenpths Description Item # Price/Ft Aluminum Term Bar TB -50 1962 0.70 Aluminum Term Bar TB -75 1963 0.85 VINYL FASCIA BAR & VINYL COVERS 10' lenpths Description Item # Price/Ft 1%" Fascia Bar 1 1568 1.49 1%', White Vinyl Cover 1569 0.99 1%Tan Vinyl Cover 15698 0.99 1%' Gray Vinyl Cover 1574 _ 0.99 1%" Additional White Joint Clips 1570 _ 0.99 1'/+" Additional Tan Joint Clips 1570B 0.99 1%' Additional Gray Joint Clips i 1575 pe 4" Fascia Bar 1571 2.49 4" White Vinyl Cover 1572 2,49 I 4" Tan Vinyl Cover 1572 2.99 4" Gray Vinyl Cover 1 8 99 4" Additional White Joint Clips 1573 49 4" Additional Tan Joint Clips 15736 1114 4" Additional Gray Joint s 1579 2.49 NOTES: • Fascia Bar price list. • One clip per 10 o et covers are located in the Exceptional' M over is included with cover. VINYL DRIP EDGE ,--#/#"' 10' fengths with 6 skirt VINYL DRIP EDGE OUTSIDE CORNERS Description Item # PricelFt 2"' Face White wt White Skirt 1558 10.25 2" Face Tan wl Tan Skirt 15586 12.60 2" Face Gray wt Gray Skirt 15583 12.60 4" Face White wl White Skirt 1585 12.60 4" Face Tan WI Tan Skirt 16856 15.00 4' Face Gray Wi Gray Skirt 1585G 15.00 NOTES: • Edging and skirt colors are interchangeable, but are not a stook item. VINYL GRAVEL STOP 10' lenpths with 6" skirt Description Item # Price/Ft 2"Face WhitefWhite Skirt 1226 3.70 2" Face Tanrtan Skirt 12266 4.35 2" Face GraylGray Skirt 12263 4.35 2" Additional Clip White 1613 1.25 2" Additional Clip Tan 1613B 1.80 2" Additional Clip Gray -N,133 1.80 4" Face White/White Skirt 1587 4.35 A" Face Tan/Tan Skirt 158 B 4.95 4" Face GraylGra Skirt 17G 4.95 ,,,,it" Additional Cii: ite 1584 1.80 ,,,1588 4" Additional Clip 1588B 1.80 4" Additional Clip Gray 1588G 1.80 Frininn shirr rnEnrs pro inrorrhannanhlo hi t mro rw.f n stnrir item Description Item # Price/Ft 2" Face White/White Skirt 1220 3.60 2" Face TanfTan Skirt 1220E 4.25 2" Face Gray/Gray Skirt 1220G 4.25 2" Additional Clip White 1228 1.80 2" Additional Clip Tan 1228B 1.80 2" Additional Clip Gray 12283 1.80 4" Face White/White Skirt 1583 4.25 4" Face Tan/Tan Skirt 1583E 4.80 4" Face Gray/Gray Skirt 15833 4.80 4" Additional Clip White 1584 1.80 4" Additional Clip Tan 1584B 1.80 4" Additional Clip Gray 1584G 1.80 NOTES: • One clip per 10' of drip edge is included. • Edging and skirt colors are interchangeable, but are not a stock item. 02107/2022 e clip per 10' of gravel stop is included. Metal gravel stop covers are located in the Exceptional Metals price list. VINYL GRAVEL STOP OUTSIDE CORNERS Description Item # Price/Ft 2" Face White wi White Skirt 1614 10.50 2" Face Tan wt Tan Skirt 16143 12.95 2' Face Gray wt Gray Skirt 1614E 12.95 4" Face White wl White Skirt 1589 12.40 4" Face Tan Wt Tan Skirt 15896 14.80 4" Face Gray VW Gray Skirt 1589G 14.80 NOTES: • Edging and skirt colors are interchangeable, but are not a stock item. Metal gravel stop covers are located in the Exceptional Metals price list. 16 All prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA 29 CAULK AND ADHESIVES CAULK Description _ Item # QuantitylCase Price/Each Duro-Caulk® Plus White 1136 30/case or single 8.45 Duro-Caulk® Plus Tan 1137 3fllcase or single 8.45 Duro-Caulk® Pius Gray 1134 30/case or single 8.45 Duro-Caulk® Plus Bronze 1135 30lcase or single 8.45 Duro-Caulk Advanced White 11480 30lcase or single 8.45 NOTE: Duro-Caulk Plus is a silicone -based sealant, while Du o -Caulk Advanced is a polyether-based sealant a lowing it to be painted. SEALANTS Description Item # Quantity Price/Each Pitch Pan Filler 1122 30/case or single 8.80 Sure Bond 240 Mastic 1123 5G Pail _ 225.80 Duro-Mastic® Strip Mastic 1129 350' mastic 123.90 Tab Sealer 4725 (5G Pail) , 1119T 5G Pail 167.40 NON -FLEECE MEMBRANE ADHESIVES Description Item # Quantity Price/Each Water Base Adhesive 1111 5G 192.20 Duro-Last Solvent -Grip Spray Adhesive 11020 40 Ib Canister (400 sq. ft.2) 275.65 Duro-Last Solvent -Grip Cleaner 11021 15 Ib. Canister 128.' Duro-Last Solvent -Grip Gun and Wand (Re -Usable) 11023 Each 208.49 Duro-Last Solvent -Grip 12' Hose 11025 Ea • 51.9 Duro-Last Solvent -Grip 18' Hose 11024 Each _ 5.99 Duro-Last Solvent -Grip Replacement Spray Tip 7 4/case 320.55 Solvent Base IV Adhesive �' 1112-010 5G am, 22235 NOTE: Coverage rates for last.com. I adhesives are available on www:duro- LOIN RISE INSULATION ONLY ADHESIVES Drop -Ship On ; Description Item # Quantity Price/Each Duro-Grip CR -20 HFO 11055Set 5G 953.55 Duro-Grip" CR -20 HFO 17G Refillable Tank f 11057 Set, Plus Deposit 2,489.90 Duro-Grip' CR -20 HFO 17G Refillable Tank Kit 11058 Set, Plus Deposit 2,537.05 TRUFAST Roof Adhesive Cartridge 11036 4icase 143.20 OMG OlyBond 500' Insulation Adhesive Bag -in -Box 1108 100 Set 743.35 OmG OlyBond 500' insulation Adhesive 150 Drums (includes 25' hose, 3 extension tubes, 6 tips and gun assembly) 1108-056 150 Drums 1,358.40 OMG OlyBond 500' SpotShot Insulation Adhesive 1104 4/case 320.55 OMG OlyBond 500' SpotShot Insulation Adhesive Winter 1104W 4/case 320.55 Millennium One Step 1105 4/case 223.20 Millennium PG -1 Pump Set 1130 TRUFAST Roofing Adhesive Hose and Gun 707.40 Millennium PG -1 Pump Grade 1130-15 15G 1,626.60 I nstaStik 1117-001 10,453.49 345.95 InstaStik Wand Kit 1117-002 OMG Stand -Up Applicator 52.70 02/07/2022 DURO-FLEECE MEMBRANE ADHESIVES Drnra-Shits Onl Description Item # Quantity Price/Each Water Base Adhesive' 1111 5G 192.20 Adhesives Below Approved for Both Membrane and Insulation Attachment Duro-Grip-CR-20 HFO 11055 Set 953.55 Duro-Grip"' CR -20 HFO 17G Refillable Tank 11057 Set Plus Deposit Below 2,489.90 Duro-Grip' CR -20 HFO 170 Refillable Tank Kit ' 11058 Set Plus Deposit Below 2,537.05 Duro-Grip"CR-20 HFO 17G Refillable Tank Deposit 11048 Deposit per each set 300.00 TRUFAST Roofing Adhesive Tanks (Part A & Part 8) Hose & Gun Included 11049 Set 805.35 TRUFAST Roofing Adhesive 15G Tanks (Part A & Part B) Cart Dispensed 4 Set 1,079.40 OMG OlyBond 500" Fleece Adhesive Cartridge 1106 4icase 306.25 OMG OlyBond 500" eece Adhesive Ba_ ox Set p 1107 100 Set 745.25 NOTES: a drop -ship item. HESIVE ACCESSORIES Drop -Ship Orr 1W° ill-DeAktion Item # Price/Each Duro-Grip Hose Kit 1109-001 170.50 Duro-Grip Nozzles (10/ha) 1109-002 49.60 juro-Grip CR -20 Colorwise Fan Tip Nozzle 8/bag 11050 28.50 Duro-Grip CR -20 Colorwise Fan Tip Nozzle 25/baggy" 11051 57.65 1 uro-Grip CR -20 170 Refillable Tank Gun /&" 100' Hose Applicator 11039 225.65 Duro-Grip CR -20 170 Refillable Tank Regulator Assembly wl Hoses 11040 788.65 Duro-Grip CR -20 17G Refillable Tank Calibration Nozzles 6/Pack 11044 27.25 Duro-Grip CR -20 17G Refillable Tank Calibration Nozzles 25/Pack 11045 67.50 Duro-Grip CR -20 17G Refillable Tank Colorwise Mixing Nozzles 10/Pack 11041 49.60 Duro-Grip CR -20 170 Refillable Tank Colorwise Mixing Nozzles 25/Pack 11042 104.75 Duro-Grip CR -20 170 Refillable Tank Small Gram Scale 11047 125.85 Duro-Grip CR -20 170 Refillable Tank PSI "PolySoly" Aerosol Cleaner 11046 345.95 Duro-Grip CR -20 170 Refillable Tank Cart Transporter 11048-001 2,694.99 TRUFAST Roofing Adhesive Hose and Gun 11052 170.50 TRUFAST Roofing Adhesive Mixing Tip Pack 11053 29.75 OMG Pace Cart 3 1099-003 10,453.49 OMG Hand Applicator 1096 208.49 OMG Stand -Up Applicator 1097 433.99 OMG Power Applicator 1098 1,180.99 Powerblanket Bucket Heaters 5 GL 12033 345.50 Powerblanket 17G Foam Cylinder Warmer 12034 560.50 Powerblanket Hot Box 48" x 48" x 48" 12035 2,703.00 Powerblanket Tote Heaters 48"x48"x48" 12036 1,594.50 Powerblanket Tote Heaters 48"x40"x53" 12037_ 1,789.00 Powerblanket 40 lb Cylinder Warmer 12038 613.60 7 All prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI . Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX_. Ludlow, MA 30 UNDERLAYMENTS AND VAPOR BARRIERS UNDERLAYMENT Description item # Roll Size Price/Each Duro-Weave Slip -Sheet CLR 1292-155 10' x 360' 222.10 Duro-Blue" Slip -Sheet 1292-050 20' x 100' 104.40 Duro-Blue Slip -Sheet 1292-100 20' x 360' 349.45 Atlas FR -10 Slip -Sheet 1290 48" x 250' 236.80 GAF Solo Fire -Retardant Slip - Sheet 1290002 6' x 166.67' 436.85 Geotextile 1298 15' x 360' 519.75 Ballast Mat 1293 12' x 100' 223.35 Drainage Mat 1533 4' x 100' 508:99 DURD-GUARD° XPS & EPS Description Item # Sheet Size Price/Each Duro-Guard XPS Crush Fold 1295 4e x 50' x Sia' 52.49 Duro-Guard EPS Fan Fold 38142 i 4e' x 50 x112" 70.49 DURO-LAST VAPOR BARRIER PRODUCTS Description Item # Size Price/Each Duro-Last Vapor Barrier 1344 45" x 133' 299.60 Sopramastic 1346 10.5 oz cartridge 20/case10.80 call for price Duro-Last VB Primer 1345 5G Pail 216 Duro-Last Torch -Down Vapor Barrier 1347 39.4" x 49,2' 9 Duro-Last TDVB Primer 1348 / 5G Pallid.,137.30 DURO-LIGHT'" SKYLIGHT SERIE Delivered direct to you from the manufacturer. Manufacturing lead times and ship dates are subject to the skylight manufacturer. Manufacturing lead times and ship dates are subject to the skylight manufacturer. For pricing and availability email iestimating'duro-last.com or contact the Insulation Team at 1-800-248-0280. HATCHES Drop -Ship Only; Contact the Insulation Team for pricing. Description Item # Size Price/Each Bileo Hatch S-20 (Steel) 9 Series 701600 3' x 2'6" call for price Bilco Hatch 8-50 (Aluminum) 9 Series 701801 3' x 2'6" call for price Bilco Hatch S-50TB 701803 3' x 2'6" call for price 02107/2022 DURO-GUARD INSULATION ISO Duro-Guard 13011 --limited stock in Duro-Last plants Duro-Guard ISO III CG Duro-Guard ISO HD Duro-Guard ISO HD Composite Duro-Guard ISO Flat — HP Duro-Guard ISO NB Duro-Guard ISO Foil EPS Duro-Guard EPS Type 1 Duro-Guard EPS Type 11 Duro-Guard EPS Type VIII Duro-Guard EPS Type IX Duro-Guard EPS Fan Fold Duro-Guard EPS Fiberglassfcer Duro-Guard EPS Nal Base Duro-Guard HD ISO + EPS Duro-Guard EPS Type I, II, and VIII Flute Fi r Duro-Guard EPS Flute Fill Combo DensDeck® DensDeck2 Roof Board DensDeck® Prime Roof Board SECUROCK® Gypsum -Fiber Roof Board Glass Mat Roof Board DEXceil® DEXceIfLS Glass Mat DEXceIl® FA Glass Mat DEXcell® Cement Roof Board Everboard Everboard Paper -Face Everboard Fiberglass NOTES: • To Quote or Order Insulation, please contact the Insulation Team at 1.800.248.1280. • For complete technical information, product data sheets, code compliances and approvals visit www.duro-last.camlinsulation. • Delivered direct to you from the manufacturer. • All orders will be rounded up to a full pallet. 19 All prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA 31 ADDITIONAL ROOF COMPONENTS VINYL RIB SYSTEM Drop -Ship item with a 12 week lead time Minimum order quantity -2,000 Description Item # Price/Lineal Ft Price/Lineal Ft. Price/Lineal Ft 6.99 KnuckleHead Lite Pipe Support wi Cap 2,000-4,999 5,000-19,999 20,000 + Duro-Last White 1895 4.64 2.99 2.07 Duro-Last Gray 1896 4.64 2.99 2,07 Duro-Last Tan 1897 4.64 2.99 2.07 Duro-Last Dark Gray 1899 4.64 2.99 2.07 Duro-Last Terra Cotta 1894 4.64 2.99 2.07 DT Light Tan 1887 4.64 2.99 2.07 DT Patina 1889 4.64 2.99 2.07 DT Green 1890 4.64 2.99 2.07 DT Blue 1891 4.64 2,99 2,07 DT Light Gray 1892 4.64 2.99 2.07 DT Charcoal 1893 4.64 _2.99 2.07 KNUCKLEHEAD PIPE STANDS Description Item # PricelEach KnuckleHead Roof Protection Pad 21368 6.99 KnuckleHead Lite Pipe Support wi Cap 21369 12.99 KnuckleHead Heavy Pipe Support w/ Strap 21370 14.99 KnuckleHead Strut Support 21371 11.49 KnuckleHead Base 9" Extension Assembly 21372 6.49 KnuckleHead Base 18" Extension Assembly 21373 21.49 DURO-LAST PROTERMTM'.IAOPALL Stocked in.MNfichigan Onl Description Item #k IEP ProTenn rr" 7.2 Panel ction 124011 9.80 ProTermm Classic Rib Panel 3' Section 124022 19.80 ProTem'i PBR Panel 3' Section .124033 19.80 LADDERANCHORTr Description Item # Price/Each White w/ 4 Butterfly Corners 1219W 489.49 Tan wf 4 Butterfly Comers 1219E 489.49 Gray w/ 4 Butterfly Corners 1219G 489.49 Dark Gray w/ 4 Butterfly Comers 1219DG 489.49 White EV w/ 4 Butterfly Corners 1219EV 489.49 White w/ 4 Butterfly Corners & Gutter Ext 2219W 657.99 Tan w/ 4 Butterfly Corners & Gutter Ext 2219E 657.99 Gray w/ 4 Butterfly Corners & Gutter Ext 2219E 657.99 Dark Gray wi 4 Butterfly Corners & Gutter Ext 2219DG 657.99 White EV wf 4 Butterfly Comers & Gutter Ext 2219EV 657.99 02/07/2022 TOOLS SCREW GUNS AND DRILLS Description Item # Price/Each Hlti Screw Gun ST -1800 1273 340.99 Hilti TE -7C Rotary, Hammer Drill 1276-007 579 99 Milwaukee M18 FUEL T" 1/4" Hex Impact Driver Kit 12765 320.95 Rhino -frac Tool 1974 4,881.49 RhinoTrac Boot 1974-001 2,769.99 Acculrac® Tool 1972 2,664.99 AccuTrac® Plates 3" 1000/box 1866 300.00 Tool 1973 3,436.49 ,AccuSeam® AccuSeam® Boot 1973-001 1,504,99 AccuSeam® Plates 2-3/8" 1000/box 1867 300.00 DURO-LAST QUICK-PULLTM & GRIPULL PARTS Description Item # Price/Each Duro-Last Quick-PuIITh' 18011 467.49 Duro-Last Quick-PullReplacement Cable 18013 17.49 Duro-Last Cuick-PullTM Front Replacement Pad 1$015 6.99 Duro-Last Quick-PuIITM Re eplace ni Pad 18014 6.99 GriPull Replacement -Cable 1801 22.99 GriPull Ext ion Pulley 1802 7.49 GriP ear Pulley 1803 7.49 Pull Vise Kit 1786 42.99 GriP rip Pliers ' 1805 40.49 GriPul Vis Locking Nut 1805-001 3.49 GriPuil Handl 1806 41.99 GriPull Contact acket Set ' 1785 21.99 Push Link Ass: ly Kit 1787 46.49 1 -uull II Extensi• r' ube Assembly Kit 1788 64.49 ,GriPull'J" Clip (2 required) 1791 0.99 G ' ale" E Clip {2 required) 1792 1.49 riPull Handle Pivot Pin 1794 6.99 GriPult Handle Grip 1794-001 4.99 GriPull Rear Pulley Shaft 1795 8.49 GriPull Rear Pulley Spacer 1796 6.99 GriPullW x 1" Link Pivot Pin w+ 3/16" x'/." Cotter Pin 1797 3.49 GriPull Roller Shaft Rollers (2)8, A" E -Clips (4) 1798 9.49 GriPull '1," x 1' - " Extension Pulley Pin w/Caner Rinq'2- 1799 3,49 GriPull 15/16' Retaining Ring 1807 3.49 GriPull Cable Guide 1808 6.99 GriPull 3/16" x 1" Spring Pin 1809 0.99 GriPull 3116` x Vise Grip Pm with 3118 x 314" Cotter Pin 1809-001 2,99 20 All prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR s Sigourney, IA • Carrollton, TX • Ludlow, MA 32 T -EDGE ADVANCED T -EDGE ADVANCED "Face" once includes cleat and hook strip. Cleat is required for all sizes. Description Item # Price/Ft. 2" Face 7320206 12.25 2" Cleat 733020624 5.74 3" Face 7320306 13.04 3" Cleat 733030624 5.97 4" Face 7320606 13.83 4" Cleat 733060624 6.18 5" Face 7320706 14.60 5" Cleat 733070624 6.39 6" Face 7320806 15.39 6" Cleat 733080624 6.60 7" Face 7320906 16.18 7" Cleat 733090624 6.83 8" Face 7321006 16.94 8" Cleat 732100624 7.04 Hook Strip 7340006 6.90 MISCELLANEOUS EDGE DETAILS EDGE EXTENDER Description Item # Price/Ft. 3" Face 6400306 2.65 4" Face (Need Cleat) 6400606 2.95 5" Face (Need Cleat] 6400706 3.10 6" Face (Need Cleat) 6400806 3.40 7" Face (Need Cleat) 6400905/ 3.65 8" Face (Need Cleat) 6401006 3.90 31/2" Cleat 593040524 or 1.65 DURO-FLA (10' ienglhs REGLET 10' lengths! Description Item # Price/Ft. 5" One -Piece Reglet 6423606 3.55 5'/" Two -Piece Reqlet 6423706 7.90 COUNTER FLASHING 10' lengths Description Item # Price/Ft. 5'l:" Surface Mount Counter Flashing 6433806 3.40 VINYL COATED METAL Description Item # Price/Ft. White 4' x fi0' Sheet 1603 186.00 Tan 4' x 10' Sheet 1603E 186.00 Gray 4' x 10' Sheet 1603E 186.00 Dark Gray 4' x 10' Sheet 1603DG 186.00 Light Tan 4' x 10' Sheet 1603LT 186.00 Light Gray 4' x 10' Sheet 1603LG 186.00 Charcoal 4' x 10' Sheet 1603CH 186.00 Midnight Bronze 4' x 10' Sheet 1603MB 186.00 NOTES: • _023" thick (25 sheets per • = et). D RO-EDGE Description Item'# Price/Ft. Duro-Edge White 64408066601 9.30 Duro-Edge Tan 64408066602 10.15 Duro-Edge Gray 64408066603 10.15 Duro-Edge Dark Gray 64408066604 10.15 Duro-Edge Custom 64408 Call EM for pricing Description Item. calk 12" White Skirt 64103066601 7.10 12" Tan. Skirt 64103066502 7„9" 12" Gray skirt 64103066403' 7.95 12" Dark Gray Skirt 64103066304 7.95 Duro Flash Il Custom 3 *call EM for price 0210712022. 24 All prices subject to change without notice. All prices listed are FOB in USD. Saginaw, MI • Jackson, MS • Grants Pass, OR • Sigourney, IA • Carrollton, TX • Ludlow, MA 33 34 City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/ City Engineer BY: Justine Kim, Senior Project Manager, Shiels Obletz Johnsen, Inc. CC: Mayor Allan Ekberg DATE: June 17, 2022 SUBJECT: Public Works (Administration Building) Shops Phase 2 Project Update Issue Provide update regarding Phase 2 of the Public Works Administration Building Shops Project and a draft project schedule. Background The City Council has an adopted a Combined Public Works Shop Capital Project as part of the City's Public Safety Plan. This project was most recently updated in the 2021-2022 Adopted Budget. The City chose a site in 2017, purchased properties in 2018 and began Phase 1 design and construction in 2019. Phase 1 of the Public Works Shop is being opened this month. Phase 2 of the Public Work Shops was discussed in the Transportation and Infrastructure Services Committee on April 18, 2022, and at the Finance and Governance Committee on April 25, 2022. At the May 9, 2022, Committee of the Whole meeting, Council further discussed this project, and provided their direction and approval for staff to seek a Request for Qualifications for designing the Public Works Shops Phase 2 Project. Per Council direction, City staff are currently in the process of procuring the Architects and Engineering (A/E) Team via a publicly advertised Request for Qualifications process. In preparation for this process, a more detailed overall draft project schedule has been developed which has identified that our original timeline discussed previously was too aggressive. When accounting for proper Council engagement and approval processes at each project phase - design, bidding, and construction contract award - the attached project schedule shows the estimated construction start to be possible in the spring of 2025. Project Schedule • June — August 2022: A/E Team Selection and Contract Negotiation for Council approval • September — October 2022: Notice to Proceed and Site Analysis/Preliminary Design/Test to Fit studies for Council update • November 2022 — May 2023: Schematic Design and Estimate for Council approval • June 2023 — February 2024: Design Development and Estimate for Council approval • November 1, 2023: Per existing agreements, City assumes ownership of the UPS property. • March 2024 — January 2025: Construction Documents and Permitting update for Council approval to go to bidding • February — April 2025: Bidding and Construction Contract for Council approval • April 2025 — November 2026: Construction Phase • November — December 2026: Move -in process Fleet & Facility Services - 14000 Interurban Avenue, Tukwila, WA 98168 - 206-431-0166 Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov 35 INFORMATIONAL MEMO Page 2 Analysis The attached draft schedule is assuming an appropriate but timely approval process for the Council at the end of each phase and key, milestone decision points. The project design, permitting, and bidding process will take approximately 30 months from the start of Schematic Design (November 2022) to the start of construction (April of 2025). There will be no active leases on the property when the City assumes ownership of the property on November 1, 2023. Because the City will not be able to start construction until April 2025, Economic Development staff has been engaged to identify possible tenant(s) for the property. Lease agreements will be structured to avoid any impacts with the City's construction project. Having the property occupied and operating is the best option for the City, while the design and permitting process for the new Administration building will be in progress. The additional lease income could be beneficial toward the project funding strategy, as well as ensuring the safety and security of the site, which will be adjacent to the soon to be occupied Public Works Fleet & Facilities (Phase I) building. Next Steps 1. Authorize the Mayor to enter into lease agreement(s) for the property. 2. Complete the procurement process for the A/E project team for the new Administration Building by end of July and negotiate the contract for Council approval in August. 3. Select the Geotech consultant and Surveyor and prepare contracts for council approval in July. 4. Examine funding path and explore grant opportunities. 5. Start the building design and permitting process after Council approval of Site Analysis and Test to Fit studies. 6. Select the contractor and bring the recommendation to the Council in the first quarter of 2025. 7. Start construction to maximize development potential of newly acquired City property. Recommendation Discussion Only. Attachment: Tukwila Public Works Administration Building Project Draft Schedule Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 36 TUKWILA PUBLIC WORKS ADMINISTRATION BUILDING PROJECT SCHEDULE - DRAFT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 SELECTION OF PMQA CONSULTANT RFQ ADVERTISEMENT OF ARCHITECTS/ENGINEERS PROCUREMENT OF GEOTECH AND SURVEY CONSULTANTS GEOTECH, SURVEY CONTRACTS APPROVAL PREPARE SURVEY AND GEOTECH REPORT A/E TEAM INTERVIEW A/E CONTRACT NEGOTIATIONS A/E SELECTION AND CONTRACT APPROVAL FROM COUNCIL A/E SITE ANALYSIS / TEST TO FIT / PRELIMINARY ESTIMATE REPORT TO COUNCIL ON ANALYSIS AND APPROVAL SCHEMATIC DESIGN PHASE AND ESTIMATE REPORT TO COUNCIL FOR APPROVAL DESIGN DEVELOPMENT PHASE AND ESTIMATE UPS PARCEL OWNERSHIP TRANSFER REPORT TO COUNCIL FOR APPROVAL CONSTRUCTION DOCUMENTS AND ESTIMATE SUBMIT FOR BUILDING PERMIT BIDDING PERIOD CONSTRUCTION MOVE -IN 2022 2023 2024 2025 2026 J F MAMJ J ASOND J F M A M J J A S ON D J FMAM J J ASOND J FMAMJ J ASOND J FMAMJ J A S O N D mid May to mid June month of June IeallyJunl to midJune mid June to late June 1 Iearly July (2 weeks) month of July I I mid to late July I month of August II late August to mid Oc ober 1 late October November 2022 to May 2023 'mid to late May June 2023 to February 2024 November 1, 2023 J I I early February 2024 I I I August 2024 March 2024 to end of January 2025 February to March 2025 April 2025 to October 202611111 November / December 20261 37 38 City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/City Engineer BY: Deontae Elder, Transportation Project Manager CC: Mayor Ekberg DATE: June 17, 2022 SUBJECT: 2022 Overlay and Repair Program Project No. 80010401 Bid Award ISSUE Award the bid for construction of the 2022 Overlay and Repair Program. BACKGROUND The Overlay and Repair Program preserves and maintains the street structure in a safe and useable condition. Construction will include, but not be limited to pavement repairs, sidewalk improvements, signal improvements, and an asphalt overlay at seven locations citywide. Multiple projects were combined for the 2022 Overlay & Repair Program due to economy of scale, including work related to Overlay & Repair, Small Drainage, ADA improvements, and the Neighborhood Traffic Calming Program (NTCP). ANALYSIS A call for bids was advertised for the 2022 Overlay and Repair Program on May 11, 2022 and May 18, 2022. Four bids were opened on June 7, 2022. The bid was separated into two schedules, with Schedule B being an optional additive alternate if budget allowed. The confirmed lowest bidder was Tucci & Sons, with a bid of $1,422,751.25 for Schedule A and $189,858.50 for Schedule B. The Engineer's Estimate was $1,438,725.00 for Schedule A and $239,257.50 for Schedule B. There were no bidding errors. Schedule A includes work at the following locations: • 44th Ave S and 46th Ave S along S 124th St.: Work includes RRFB (Rectangular Rapid Flashing Beacons) installation, installation of curb ramps and sidewalk, driveway improvements, and channelization installation. This project is on the NTCP Top -10 priority list. • S 140th St. from Military Road to Tukwila International Boulevard: Work includes grind and overlay, sidewalk and curb ramps installation, channelization such as stop bars, crosswalk, and paint lines, speed cushions, signs, driveways improvements, pavement repair, and gravel. • Orillia Rd. and S 200th St. Intersection: Work includes pavement repair, grind and overlay, curb ramps, channelization, signal modifications such as traffic cameras, cabinets, loop removal, and pedestrian signal improvements, and driveway improvements. • S 141st St. from 37th to Tukwila International Blvd.: Work includes grind and overlay, pavement repair, installing gravel, driveway improvements, and channelization installation. • S 142nd St. from 37th to Tukwila International Blvd.: Work includes grind and overlay, pavement repair, installing gravel, driveway improvements, and channelization installation. • 37th Ave S between S 144th St. and S 140th St.: This section includes the small drainage work of adding new storm drainpipe by saw cutting out the pavement, then restoring that pavement with new pavement. Other work includes grind and overlay, gravel, HMA thickened edge, driveway improvements, speed cushions, and channelization. Schedule B work will include overlay, sidewalk, curb ramps, a new crossing, and an RRFB signal relocation at S 144th Street and 46th Ave S near Foster High School, which is identified on the NTCP Top -10 priority list. If Council chooses to move forward with Schedule B, it can be funded using NTCP CIP funding or remaining 104 fund balance. 39 INFORMATIONAL MEMO Page 2 FINANCIAL IMPACT AND BID SUMMARY (All amounts include sales tax) The Tucci & Sons bid for Schedule A and Schedule B combined, without continency is $1,612,609.75. The funding for this project will be broken down into four funding sources since the work is relevant to multiple projects; and therefore, would utilize multiple budgets - Overlay & Repair, Neighborhood Traffic Calming Program (NTCP), the Small Drainage Program, which would use Surface Water Enterprise Funds, and the Complete Streets grant. Bid Results Estimate Engineer's Estimate Funding Source 2022 Budget Schedule A $1,422,751.25 $1,438,725.00 Overlay CIP $1,050,000.00 Schedule B 189,858.50 239,257.50 Fund Balance/NTCP CIP 250,000.00 Contingency (8%) 129,008.78 Complete Streets Grant 400,000.00 Small Drainage CIP 85,000.00 Total $1,741,618.53 $1,677,982.50 Total $1,785,000.00 RECOMMENDATION Council is being asked to award construction of the 2022 Overlay and Repair Program to Tucci & Sons for both Schedule A and Schedule B in the amount of $1,612,609.75, and to consider this item on the Consent Agenda of the June 27, 2022, Special Council Meeting. ATTACHMENTS: 2022 CIP Page 2, 12 & 78 Vicinity Map Bid Tabulation Bid Award Letter Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov 40 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: Traffic Calming/Residential Safety Improvements Project No. 80010301 Programmatic approach to addressing neighborhood traffic concerns through a variety of methods. DESCRIPTION: Residential street improvements with sidewalks, safety improvements, and bike facilities. JUSTIFICATION: Neighborhood revitalization by improving residential streets. STATUS: Future candidates are listed in the citywide comprehensive update and safety -based prioritization of residential street improvements, sidewalks, and bike lanes. MAINT. IMPACT: Varies, depends on treatment(s) used. COMMENT: Residential improvements and traffic calming features to reduce speeds and improve pedestrian and bicycl such as the speed cushions, RRFB crossings, LED enhanced signs, Radar driver feedback signs, etc. FINANCIAL (in $000's) Through Estimated 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND EXPENSES Design 63 50 100 100 Land (R/W) Const. Mgmt. 37 Construction 148 0 300 TOTAL EXPENSES 248 50 100 400 0 0 0 0 0 FUND SOURCES ARPA Funding 100 400 Awarded Grant Proposed Grant Mitigation Actual Mitigation Expected City Oper. Revenue 248 50 0 0 0 0 0 0 0 TOTAL SOURCES 248 50 0 0 0 0 0 0 0 2021 - 2026 Capital Improvement Program 2 41 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: Annual Overlay and Repair Program Project No. 9xx10401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which JUSTIFICATION: also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Design 209 190 150 150 150 150 150 150 150 1,449 Land (R/W) 0 Const. Mgmt. 121 15 200 200 200 200 200 200 200 1,536 Construction 1,224 312 1,050 1,050 1,050 1,050 1,150 1,150 1,300 9,336 TOTAL EXPENSES 1,554 517 1,400 1,400 1,400 1,400 1,500 1,500 1,650 12,321 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 1,554 517 1,400 1,400 1,400 1,400 1,500 1,500 1,650 12,321 TOTAL SOURCES 1,554 517 1,400 1,400 1,400 1,400 1,500 1,500 1,650 12,321 2021 - 2026 Capital Improvement Program 12 42 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: Annual Small Drainage Program Project No. 9x241201 81241207 DESCRIPTION: Select, design, and construct small drainage projects throughout the City. JUSTIFICATION: Provide drainage corrections for existing/ongoing drainage problems throughout the City, including culvert replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MAINT. IMPACT: Reduces maintenance. COMMENT: Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar years. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Design 74 92 100 100 100 100 110 110 80 866 Const. Mgmt. 40 68 100 100 100 100 110 110 80 808 Construction 108 515 700 700 700 700 750 750 513 5,436 TOTAL EXPENSES 222 675 900 900 900 900 970 970 673 7,110 FUND SOURCES Awarded Grant 0 Proposed Grant 65 65 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 157 675 900 900 900 900 970 970 673 7,045 TOTAL SOURCES 222 675 900 900 900 900 970 970 673 7,110 Project Location: Entire System GIS 2021 - 2026 Capital Improvement Program 78 43 0 2022 OVERLAY PROGRAM PROJECT NO. 80010401 MAY 2022 MAYOR ALLAN EKBERG DIRECTOR OF PUBLIC WORKS/ CITY ENGINEER HARI PONNEKANTI, P.E. SCHEDULE OF DRAWINGS SHEET NO. SHEET TITLE SCHEDULE A 1 COYER 2 —4 DETAILS 5 — 7 S 140TH ST — STA 10+00 TO STA 29+75 10 5 141ST ST — STA 30+00 TO STA 37+00 11 S 142ND ST — STA 40+00 TO STA 47+70 12 — 13 371H AVE S — STA 50+00 TO STA 63+50 14 37TH AVE 5 STORM DRAINAGE IMPROVEMENTS 15 — 17 ORIIL1A RD 5 — STA 100+50 TO STA 108+00 18 ORIWA RD S & 200TH ST 5 SIGNAL MODIFICATIONS 19 SIGNAL MODIFICATIONS DETAILS 20 —23 ALLENTOYM RRFB INSTALLATIONS SCHEDULE B 24 — 26 5 144TH 5T & 4618 AVE 27 5 144TH ST 5 & 46111 AVE 5 RRFB MODIFICATIONS LEGEND EXISTING: 0 mm CITY COUNCIL THOMAS MCLEOD, PRESIDENT KATHY HOUGARDY DE'SEAN QUINN KATE KRULLER CYNTHIA DELOSTRINOS JOHNSON TOSH SHARP MOHAMED ABDI WATER VALVE GAS VALVE FIRE HYDRANT TELEPHONE MANHOLE FIBER OPTIC MANHOLE POWER POLE MONUMENT SANITARY SEWER WATER METER CATCH BASIN JUNCTION BOX TYPE 1,2 SIGNAL CONTROLLER CABINET TREE CRUSHED GRAVEL CEMENT CONC. PAVEMENT VEGETATION FENCEUNE ROW LIMITS (SURVEY) ROW OMITS (GIS) PROPOSED: i4t04 i!o TAR TAIL S 140TH ST, s 141ST ST, S 142ND ST, 37TH AVE S ceR1111!!1\� Ek€' �Ii'p.i2.a I` IRTUMNII/Me !4! �IiIAI!FIY�, THICKENED EDGE PAVEMENT REPAIR HMA OVERLAY HMA PAVEMENT SECTION CRUSHED SURFACING TOP COURSE CEMENT CONC. PAVEMENT GRINDING AND PAVING LIMITS SAWCUT INLET PROTECTION PER WSDOT STD PLAN 1-40.20 1 PUBLIC WORKS DEPT_ *ENGINEERING+STREETS*WATER*SEWER* designed dnWO by MKE ACE Checked date 05/22 05/22 05,1 eng field bkm MPG tertraciplin 'g 10 So. rehrson kre Sea MST ,25,621.20 12A2+1640 408 cm BID DOCUMENTS 2022 TUKWILA OVERLAY COVER AWE4W 4 revisions 1 27 ne e0 211.113 CV/DWG ,cale m 04/27N022deN012 SCHEDULER ESTIMATED CONSTRUCTION COST 625.22 12,000.00 1,000.00 25.040 3.000.00 5,000.00 625.00 9,55000 50000 3,750.00 2600 5,000.00 6,250.00 9,550.00 500.00 3,750.00 130 00 5,000.00 5,410.00 5,950.00 1,015.00 2,240.00 120.00 3,000.00 541.00 5,950.00 1,015.00 2,240.00 25.20 6,252.20 12,00000 125.00 CITY OF TUKWILA- DEPARTMENT OF PUBLIC WORKS 6/9/2022 BIO TAB - 2022 Overlay Program [Prosect No. 800104011 No. oft No o Item OVantlty UnH Unit Co etal C APPARENT LOW BIDDER TUCCI G SONS INC Unit Cost o Cost MITES RESOURCES LLC Un10 Cost 5CXEDULE A -OVERLAY &SIDEWALK IMPROVE ME NTS Total Cost ICON Un A cost Total Cost LAKESIDE INDUSTRIES INC Unit Cort MAI Co ROAUWA IMPROVEMEN 1-04 Unexpected Ch nges 8 GOO 00 8 030 CIO 8 000 00 8 000 00 8 000.60 8 000. 8 000 00 8 000 00 8 000 00 8 000.03 A2 07 SPCC PI A3 09 obil a 50 00 07,000 GO ,250 00 07,000 00 0 00 27,300 00 50 CIO 00 00 287. 88,105. A4 10 roje. Temporary Traffic Co • - Of! -Duty Uniformed Poke Oft i er 000.00 0.00 000.00 6,000.00 35.0.00 0.60 135,000.00 COO 00 80 00 40 A6 0 sphalt Pavement Removal 500 45 OD 0 00 5,000.00 • - Re oval of structure and ObznuNon 48 0 Roadway Excavation Inc!. Haul 8 500.00 0,000.00 0000.00 40,000 00 60,000 03 40,000.00 60,000.00 560.00 62 360.00 287 60 88205.00 801.00 00,020.00 6,550.03 560.00 6 60.00 25 00 150,000 00 187,000 00 190. 78.00 12 500 00 25,500.00 25 00 150,000.60 18 000.00 57,000.00 39,000.00 12,500.00 25,500.00 000.00 60,00000 0000000 150,00 00,000.00 75 00 7 00.00 7 500 00 250000 7,500.00 unable Foundation Evcav ti nlnc Haul 40 CY A10-0 Gravel Bo rmw ntl. Maul TO Al 4-04 Cnsned Burr rmgTop Cour 650 TO 95.00 5.00 75.00 A1.2 5-04 Pa ment Rep ovation incl Haul 60 CY • 5-04mA u.1/2^ PG 555 ,850 TO 5 00 0.00 800.00 48,750. 7,500.00 31 ,500.00 DODO 35 00 60 00 4 00000 39,000.00 930.00 100 30 87.05 375.00 5 00 5 00 27,750 00 29 00 14 00 0,060.00 56,582 SO ,740 00 40 ,700 00 190.00 64.00 85.00 7 600.00 2,800.00 55,250.00 50.00 30.00 60.00 000.00 6,000.00 50 00 00 014 5-04 A for Pa ent Repair CI. 1/T'PG 58 90 TO 75.00 5,750.00 SO Oil SOO 00 370. 5 260.00 0.00 347,700 00 23,000 00 50 00 30 00 000.00 70,500.00 200.00 30 TO 5 00 TM1ickened Edge ID LF 8.00 0.00 8,880.00 50 00 50 500.00 775.00 15 0 0,665.00 3,663.00 200 00 200 00 5.00 5,550.00 2.50 Al 5-04 PI ntrig B. nou ent 16 50 80 750 00 5 00 00 3 050.00 OD 050.00 6.30 0 45.00 CALC 0,000 00 ,500 00 0,000.00 0,500.00 10,000 03 850 00 10,000.00 5,950.00 10,000 00 160 00 0,000 00 8 120 00 10,000 00 750 00 Ady, al EA 00 00 800 00 5 200 00 5,203 00 ,000 00 850 00 030.00 16, 50.00 37 000 5,428.00 750 00 53 00 10,000.00 5,250.00 2000000 10, 08.00 750 00 5 250.00 100 00 075.00 00.00 9.025.00 EA 3,500 00 3,500 001 10,000 00 10,000 00 15,650 00 5,650 00 36,080 00 36,000 00 0,000 00 10,000.00 A23 8-0 Inlet Pro EA 80 00 24 8- 3 A, Monument Ca nd Co DEWALK IMPROVEMENT EA 700 00 5 12000 100.00 55 00 107 50 6 880.00 60 00 850.00 550.00 46 00 92.00 600.00 3 840 00 860.00 100 00 6 400.00 4 DO 1-05 ADA eatUres eying 7 000,00 26 n Conc. Sidewalk Removal Ind hlaul 02 Con Curb Removal Ind Haul Replac ting Frame a. Grate it old Loc Cove 29 8-04 8-06 Cemen Conc. Curb and Gutter C Conc. Driveway Ent 8-06 14 Ce Conc Driveway 700 LF 0 00 0 00 00000 15,000 00 23,400.00 000.00 80 00 00 50 00 80 00 200 00 85,000.00 0,000 00 DO 40.00 90,00 SO 00 500 5 00 800 00 500.00 90 DO 000.00 750 00 60.00 000,00 68,000.00 16,200,00 50 00 35,000.00 6 DO 50 90 015 00 75 6 53 2 72 00 4 00 500,00 00 30 00 01 DO 00 500 00 00 00 000 00 2 400.00 50 100 00 92 00 00,00 55,250.00 18,000,00 000.00 000.00 82 00 0 00.00 20.00 000 00 100.00 000.00 6,100.00 6 00 00 81 5 500.00 40,6 5.00 100 00 80.00 8-14 EA 000 00 48 000 00 4 00,00 SO 000 00 2 S87.00 040 00 25 00 00 00 200.00 65 LF 75 00 00,00 600 00 38,60 509 00 40 00 860 00 05 00 500 00 00,000.00 8 000 00 .00 DRAINAGE IMPROVE MEN MEMESIM MENNEN CS1ONAIS o Cl. cing Top Course or Storm Dralnage rets - Improvements Ductile Iron Storm Sewer Pipe 6 In. [gam. Ductile Iron Storm Sewer Pipe 12In. Diam. Storm Draln Marker Area Drain Type 45 Catch Basle Type 1 New Pipe connection o Ems g Storm Drain structure or Pipe Protect ity Pole onnet Utility KeoPMl Pothole UUllty 70 TON 60 00 0,200 00 50 00 3,500.00 70 TON 150.00 10,500 00 35 LF 3,850 00 3,850 00 108 sso so 11,880 00 105.00 15,6.00 34 EA 25.00 850.00 EA 1,00000 EA 1,200.00 1,200.00 EA $ 75000 00.00 2,500.00 FA $ 600.00 1,5063.00 2,50000 8,000 00 3,000.00 2,500.00 0,000.00 00 00 2,800.00 17,850 00 900 00 8 000 00 87D DO 3,450.00 2,900.00 8,000 00 2,610.00 106.00 200.00 0,150 00 3,100.00 3,700.00 7,020 00 14,000 00 9,625 00 31,428 00 880 00 4,150 00 9,300.00 7,000.00 6,250.00 1,875 00 150 00 250.00 19000 4,20000 2,500.00 3,500.00 8,000.00 1.0.00 10,50000 500 00 850 00 4 00 00 500 00 7 000 00 000 00 8 000 00 000 00 Traffic Signal Moditicanons (0ri1Ea Rd S & S 20th 50, Complete U $ 77,000.00 77,00000 $ 55,00000 55,000,00 04,080.00 05,600.00 45,600.00 40 000 00 40 000.00 6 20 Systengrn Installations S12400 Street &4400 Avenues and 124th Street 4605 Avenue Sb Complete 0 $ 25,00.00 75,000.00 5 45,00000 05,000.00 37,12000 $ 37,12000 38,400.00 38,400.00 5 000.00 5 000.00 FRANCHISE UTILITY IT UtliRV anhole. ult 900 00 900 00 000 00 000 00 900 00 8 00 8 00 tli 5 I EA ROADSIDE DEVELOPMENT 00 00 500 00 850.00 50 00 0,060.00 00 660.00 000.00 750.00 2 000.00 ASO 8-0 Erosion/Water on Con 0 Property Restoration 50.00 7,00000 RAFFIC CONTROL DEVICES 425000 ,500.00 0 50 00 000 00 4 5000 000.00 0 250.00 7,000 DO 870.00 0 250.00 7000.00 870.00 250.00 740.00 4 50.00 7013000 40.00 4 250.00 7,000 00 ,000 00 7,000.00 ,000.00 AS 805 Spe d cum igning 00 00 8,250,00 80.00 8,250 00 0 00 27 .00 18, 00 00 .00 00 00 18,100.00 75.00 16,590.00 90.50 00.00 6,590 00 28 00 19,500.00 00 SO 00 19,500.00 50110 6,000 00 85 00 000.00 6,000 00 680.00 Pla ic top Lin 00 LF 50 00 000.00 lk Line Pain Line 81r. ,200 160 SF LF Pain Lin , Inch 800 LF P as .cId LinSvmbal 9 080.00 50 0 00 700.00 850 00 Pa Mar In 4,600 LF SCHEDULE A ESTIMATED CONS 0 50 UCTION COS n00 .00 0.85 0 70 0 85 075,00 00 00 436 00 8 00 20 00 8 00 8 00.00 50 00 0 00 8,400.00 686 00 085 686.00 686.00 840.00 06 6 00 24 00 460.00 008.00 0 70 5,460.00 25 00 02 .00 748 00 422,76 25 1,493,7 94 00 616,865.00 30 980 00 ,526,8.29 MULE B- 5164. ST 11766. AV E 5 SCX OOL CRO SSIN6 ROADWAY IMPROVEMENTS Red SRe Ch DI PCC Plan LS 5000 Mablllzatlo B5 0Asphalt Pavement Removal B6 0 Re al of lure a. OhNon -hle Found a ion Excavation Intl. Mau KEINZIEM EMMEN EIMMEIN Grave l Borrow Incl. Haul 815 .01 Inlet 7-12 Adjust Water Valve51DEWALK.IMPROVEMENTStett 816 .5 ADA Features Surveying 317 2-02 Cement Conc Stdewalk Removal Incl. Haul 2-D2 Cement Conc. Curb Removal Incl Haul 8-00 Cement Cone Curb a. Gutter 8-06 Cement Conc. Driveway Entrance 8-14 Cement Conc. Sidewalk 8-14 Cement Conc. Curb Ramp 8-14 Cement Conc. Pedestrian Curh DRAINAGE IMPROVEMENTS 0,000 00 480 45 00 500.00 25,000.00 30000.00 600.00 000.04 50.00 16,000 00 000.00 50.00 16,000.00 28 00 87.00 000.00 125.00 0,170.00 000.00 10.00 000.00 800.00 04,46 00 960.00 70.00 ,00000 LS 4 00 00 0,50000 10 n $95.00 00 TO 5 00 10 00 ®m® DO 00 EA $ 800.00 EA $ 80.00 950.00 500 00 7,500 00 3,300.00 3,300 00 025 026 7-04 Solid Wall PVC Storm Sewer Plpe 181n, Diem. las Catch BOSin Type 2 081n. Darn. 7-05 7-05 Replace Catch BBasiin Type Frame e and Grate with Solid LOCkinp Cover 7-05 Storm arker 8-32 Resolution � of Utility COnflicta Pothole Dtillty 60 370 410 00 80 100 LS 3,500 00 SY 60 00 LF 30 00 LF 50 00 SY 80.00 SY 75.00 EA 4,000.00 35.00 LF EA 110 00 0,500,00 1,200 00 3,000 00 500,00 5,000,00 40000 $ 3,60000 $ 11,100.00 5 20,500.00 5 3,50000 $ 1,100.00 4,500.00 1,200.00 2,500.00 3.000.00 0000 5 00 60 00 50 00 1 000 00 850.00 55.00 3,00000 15.00 12.00 52.75 90.00 70.00 00.00 110.50 5,000.00 1,000.00 2,000.00 25.00 3,000.00 5,000.00 8,000.00 000.00 000 00 500 00 6 000 00 500 00 000 00 850.00 275.00 3,000 OD 900.00 04.00 21,627.50 3,600.00 5,600.00 7,500.00 0000.00 1,105 00 2,000 00 125 00 3,000 00 5,000 00 TRAFFIC 5166415 3131 8-20 RRFB Modifications 15104th St & 46th Ave 51, Complete FRANCHISE UTILITY ITEMS 832 1 8-19 Adjust Franchise Utility Manhole/Vault 1333 I a-19 Adjure Gaavalve NT_.___. ROADSIDE DEVELOPMENT 1334 eal EroSiOnANoter Pollution Cont00i B35 8.02 Property Restoration B36 .18 Mailbox Re 0ra0on TRAFHC CONTROL DEVICES 337 8-09 Rag. Pavement marker Type 1 1338 8-09 Raised Pavement Marker TYPe B39 8-21 Permane. Signing 800 8-22 Plastic Stop Line 1341 8-22 Plastic Crosswalk 1342 8-22 Paint Une,4 Inch 1 FA 1 FA 1 EA 150 30 200 180 EA EA LS LF SF LF 20,000,00 2,500.00 7.50 5.00 7,000 00 50 CIO 8 00 20,00000 $ 18,000.00 0,250.00 2,500.00 10,000.00 $ 40000 1,60000 $ 9.50 3 50 350.00 25 7 25 0 70 ,538.00 1 7 88 00 19 0 90 0 1 160 00 812.00 99.85 3,271.00 68.65 .29.30 41,00 62.65 62.00 2,025.00 38.60 885 00 192 00 9 060 00 300.00 0 000 00 190.00 90 00 3,030.00 3,080 00 812.00 499.25 3,271.00 0,119.00 10,841.00 16,810.00 2,506.00 0,960.00 6,075.00 3,860.00 1800.04 5 2,400.40 4,25030 $ 35000 $ us so 5 15,080.00 0,2501 10,000.00 870.00 3.50 9.30 1,200.00 8.10 7.25 0.67 15,080.00 2,900.00 1,624.00 0,250.00 10,000.00 870.00 87.50 1,395.00 1,200 00 243.00 1,050 00 120.60 200.00 750 00 532,00 60.00 2,382 00 156.00 30 00 02 OD 93.00 81.00 3,125.00 43.75 125.00 62,000.00 33,600.00 12,300.00 10,000.00 1,900.00 60,000.00 65 00 200.00 7,000 00 000 00 50 00 8,500 00 7,380.00 2,250 00 30.00 100 00 390.00 250.00 100 00 00000 500.00 000.00 0,000 00 1,700.00 .500.00 0 00 300.00 2,382.00 9,360.00 11,10000 17,220.00 3,720.00 6,080.00 9,375.00 0,375.00 475 00 100.00 47 .00 500.00 15,000.00 4,250.00 10,000.00 740.00 3.60 9 60 375 00 8 40 7 50 0.70 15,000.00 1,87500 1064.00 4,250.00 10,0.00 740.00 90.00 375.00 252 DO 1,500.00 12600 00.00 82 00 4,92000 100.00 80 00 200 00 00 44,0.00 8 040.00 6,000.00 9,600.00 0,500.00 235,257.50 $ 185,858.50 223,423.35 1,717,166.30 318,391.00 1,935,256.00 363,253.20 1,990,082.20 45 KPG PSOMAS 3131 Elliot Avenue, Suite 400 Seattle, WA 98121 206.286.1640 www.kpg.com June 8, 2022 Hari Ponnekanti, P.E. City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 RE: 2022 Overlay Program [Project No. 80010401] Dear Mr. Ponnekanti, As requested, KPG PSOMAS has completed the verification for Tucci & Sons, Inc. for the 2022 Overlay Program for their bid in the amount of $1,612,609.75 (Schedule A plus Schedule B). We have also checked the status of Tucci & Sons, Inc. on the Washington State Labor and Industries web page to confirm they are currently insured, bonded, and licensed. Additionally, no strikes or debarment records arose federally or statewide regarding Tucci & Sons, Inc. Additionally, we called Tucci's references as listed in the bid documents. All calls were answered by machine and messages were left. Should we receive any responses we will forward that information on to you. It is KPG PSOMAS' recommendation that the 2022 Overlay Program Schedule A bid work in the amount of $1,422,471.25 be awarded to Tucci & Sons, Inc. The Schedule B bid work in the amount of $189,858.50 will be awarded at the sole discretion of the City. We have enclosed the contractor verification package for your review. Sincerely, KPG PSOMAS Bryce Corrigan, P.E. Enclosures: Tucci & Sons, Inc - Verification Package 3131 Elliott Avenue North • Seattle, WA 98121 • Phone (206) 286-1640 • Fax (206) 286-1639 2502 Jefferson Avenue • Tacoma, WA 98402 • Phone (253) 627-0720 • Fax (253) 627-4144 www.kpg.com 46 6/8/22, 10:30 AM st.. ��of Lahr &Industries (h�ps://Ini.wa.gov) Contractors TUCCI & SONS INC TUCCI & SONS INC Owner or tradesperson TUCCI, MICHAEL F Principals TUCCI, MICHAEL F, PRESIDENT TUCCI, TIMOTHY F, SECRETARY TUCCI, JAMES G (End: 01/01/1980) XITCO, JOHN V (End: 01/01/1980) TUCCI, THOMAS D (End: 01/01/1980) Doing business as TUCCI & SONS INC WA UBI No. 278 021 315 4224 WALLER RD TACOMA, WA 98443 253-922-6676 PIERCE County Business type Corporation License Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no TUCCIS*379N0 Effective — expiration 08/20/1963— 01/14/2024 Bond TRAVELERS CAS & SURETY CO Bond account no. 081 S103486221 BCM $12,000.00 Received by L&I Effective date 12/27/2001 01/01/2002 Expiration date Until Canceled Insurance Zurich American Ins Co $1,000,000 00 Policy no. GL0399266918 Received by L&I Effective date 12/22/2021 01/01/2022 Expiration date 01/01/2023 Insurance history Savings ..................... No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts 47 https://secure.lni.wa.gov/verify/Detail.aspx?UBI=278021315&LIC=TUCCIS*379N0&SAW= 1/3 6/8/22, 10:30 AM TUCCI & SONS INC No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications .............................................................. No active certifications exist for this business. Apprentice Training Agent Registered training agent. Check their eligible programs and occupations. Workers' Comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. This company has multiple workers' comp accounts. Active accounts L&I Account ID 700,260-00 Doing business as TUCCI & SONS INC Estimated workers reported N/A L&I account contact - Email: @Ini.wa.gov Track this contractor 9 Self Insured. This business is certified to cover its own workers' comp costs. No premiums due. Public Works Requirements Verify the contractor is eligible to perform work on public works projects Required Training-- Effective July 1, 2019 Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 10/20/2021 Inspection no. 317965712 Location 2623 south 170th st Seatac, WA 98188 Inspection results date 08/28/2017 Inspection no 317946151 Location 3205 MARTIN WAY E Olympia, WA 98506 Inspection results date 09/28/2016 Inspection no. 317941904 No violations No violations No violations 48 https://secure Ini.wa.gov/verify/Detail.aspx?UBI=278021315&LIC=TUCCIS`379N0&SAW= 2/3 6/8/22, 10:30 AM TUCCI & SONS INC Location W. Valley HWY S. & W. Main St Auburn, WA 98001 49 https://secure.Ini.wa.gov/verify/Detail.aspx?UB1=278021315&LIC=TUCCIS*379N0&SAW= 3/3 6/8/22, 10:31 AM TUCCI & SONS INC STATE OF WASHINGTON Department of Labor & Industries Certificate of Workers' Compensation Coverage WA UBI No. L&I Account ID Legal Business Name Doing Business As Workers' Comp Premium Status: June 8, 2022 278 021 315 700,260-00 TUCCI & SONS INC TUCCI & SONS INC Self Insured. This business is certified to cover its own workers' comp costs. No premiums due. Estimated Workers Reported N/A (See Description Below) Account Representative Employer Services Help Line, (360) 902-4817 Licensed Contractor? Yes License No. TUCCIS*379N0 License Expiration 01/14/2024 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.1 6.1 90). https://secure.lni.wa.gov/verify/Details/IiabilityCertificate.aspx?UBI=278021315&LIC=TUCCIS*379N0&V10=&SAW=false&ACCT=70026000 50 1/1 ta Washington State Department of Revenue A < Business Lookup License Information: Entity name: TUCCI & SONS, INC. Business name: TUCCI & SONS, INC. Entity type: Profit Corporation UBI #: 278-021-315 Business ID: 001 Location ID: 0004 Location: Active Location address: 11102 S STEELE ST TACOMA WA 98444 Mailing address: 4224 WALLER RD E TACOMA WA 98443 Excise tax and reseller permit status: Secretary of State status: Endorsements Endorsements held at this loc. License # Count Scale - Large 2 Click here Click here Details Governing People May include governing people not registered with Secretary of State Governing people KEVER, KEVIN A TUCCI, MICHAEL A TUCCI, MICHAEL F TUCCI, TIMOTHY F Title 0 Status Active New search Back to results Expiration dat First issuance Mar -31-2023 Apr -18-2001 51 View Additional Locations The Business Lookup information is updated nightly. Search date and time: 6/8/2022 10:31:51 AM Contact us How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported 0 52 cuu upuuseu uy nevuI never un dun aq LULL Ili l l JJ HIV] JI!LSAMGoV ® TUCCI & SONS INC Unique Entity ID K5N5ZMTJJEM8 Registration Status Active Registration Physical Address 4224 Waller RD E Tacoma, Washington 98443-1623 United States CAGE / NCAGE OHXL1 Expiration Date Jun 2, 2023 Mailing Address 4224 Waller RD E Tacoma, Washington 98443-1623 United States Purpose of Registration All Awards Doing Business as (blank) Congressional District Washington 10 Registration Dates Activation Date Jun 6, 2022 Entity Dates Entity Start Date Jan 1, 1950 Immediate Owner CAGE (blank) Highest Level Owner CAGE (blank) Division Name (blank) State / Country of Incorporation Washington / United States Submission Date Jun 2, 2022 Fiscal Year End Close Date Dec 31 Legal Business Name (blank) Legal Business Name (blank) Division Number (blank) URL (blank) Initial Registration Date Mar 18, 2002 Executive Compensation Registrants in the System for Award Management (SAM) respond to the Executive Compensation questions in accordance with Section 6202 of P.L. 110-252, amending the Federal Funding Accountability and Transparency Act (P.L. 109-282). This information Is not displayed in SAM. It is sent to USAspending.gov for display in association with an eligible award. Maintaining an active registration In SAM demonstrates the registrant responded to the questions. Proceedings Questions Registrants in the System for Award Management (SAM) respond to proceedings questions in accordance with FAR 52.209-7, FAR 52.209-9, or 2.C.F.R. 200 Appendix XII. Their responses are not displayed in SAM. They are sent to FAPIIS.gov for display as applicable. Maintaining an active registration in SAM demonstrates the registrant responded to the proceedings questions. Active Exclusions Records? No I authorize my entity's non -sensitive information to be displayed in SAM public search results: Yes Business Types Entity Structure Corporate Entity (Not Tax Exempt) Profit Structure For Profit Organization htqls://sam.gov/entity/K5N5ZAITJJEM8/coreData?status=Active Entity Type Business or Organization Organization Factors Manufacturer of Goods 53 Page 1 of 2 •.ual upuuleu uynev,n never un ✓un uZ, LULL u, r I .JJ nevi Socio -Economic Types 1 VS.bl !Y •)VIVO lltrl. Check the registrant's Reps & Certs, If present, under FAR 52.212-3 or FAR 52.219-1 to determine if the entity Is an SBA -certified HUBZone small business concern. Additional small business information may be found in the SBA's Dynamic Small Business Search if the entity completed the SBA supplemental pages during registration. Accepts Credit Card Payments No Debt Subject To Offset No EFT Indicator 0000 CAGE Code OHXL1 Electronic Business KEVIN A KEVER MICHAEL TUCCI Government Business KEVIN A KEVER MICHAEL TUCCI 4224 Waller RD E Tacoma, Washington 98443 United States 4224 Waller RD Tacoma, Washington 98443 United States 4224 Waller RD E Tacoma, Washington 98443 United States 4224 Waller RD Tacoma, Washington 98443 United States NAICS Codes Primary Yes NAICS Codes 237310 237110 324121 NAICS Title Highway, Street, And Bridge Construction Water And Sewer Line And Related Structures Construction Asphalt Paving Mixture And Block Manufacturing Yes, this entity appears in the disaster response registry. Bonding Levels Dollars (blank) (blank) States Washington Counties Metropolitan Statistical Areas WA: Thurston, Pierce, King (blank) 54 htrym://sam.gov/entily/K5N5ZMTJJEM8/coreData?status=Active Page 2 of 2 Clear Parameters] Certified Firms Directory )MWBE's Directory of Certified Firms will help buyers and contracting officers quickly locate and notify rms of upcoming procurement and contracting opportunities. When you search, you must also select at ?ast one certification type. its online directory lists firms certified by OMWBE. Firms that appear in the directory are currently certified and approved to be utilized toward meeting established contractgoa) their displayed certification type(s). Firms that are noted as suspended cannot be utilized for -credit in new contracts until the suspension is removed. For additional details plea: .ference the US DOT regulations or contact AmalJouryatarna C omwbe.wa,gov. As of October 1, 2020, the Washington State Department of Transportation (WSDOT) will be adding white -women owned businesses back into the Federal Highway Administration race -conscious, or goals portion of the Disadvantaged Business Enterprise (DBE) Program. All previously awarded contracts with underutilized DBE (UDBE) goals will remain the same. This means only UDBE firms will continue to count toward those projects. On projects with goals set after October 1, 2020, all DBE firms will count toward all DBE goals. For more information, please contact (360) 705.7090. WSDOT continues to implement a Small Business Enterprise Program on federal aid -projects. For more information on how to use the Directory of Certified Firms to find certified Small Businesses, please visit: https:l/www.wsdot,wa,gpv/Sites/default/files/2016/05/10/OEC)-FSfE.DIMICS-Search-Instructions pdf Shaw director,' information and lnstrt,aien Search Parameters Edit Parameters CERTIFICATIONS Disadvantaged Business Enterprise (DBE) Minority Business Enterprise (MBE) Minority/Women Business Enterprise (MWBE) Small Business Enterprise (SBE) Socially and Economically Disadvantaged Business Enterprise (SEDBE) Women Business Enterprise (WBE) BUSINESS NAME/DBA TUCCI & SONS, INC. Search Results 0 firms with 0 certifications found Your search parameters did not return any matches. Click Edit Parameters, modify the information in the fields above and click Search Again. 56 City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director BY: Deontae Elder, Transportation Project Manager CC: Mayor Ekberg DATE: June 17, 2022 SUBJECT: Neighborhood Traffic Calming Program Project No. 80010301 ISSUE Provide status update for the Neighborhood Traffic Calming Program (NTCP). BACKGROUND The NTCP was developed to guide City staff and inform residents about the procedures for implementing traffic calming on residential streets. Speeding and unnecessary through traffic on residential streets can create safety hazards and greatly affect neighborhood livability. Late in 2021, the Council reinstated the full 2022 NTCP budget, which was cut due to the pandemic, for $400,000 using ARPA funding made available to the City from the Federal government. DISCUSSION Staff has made progress on several of the Top 10 list and plan to complete the following using 2022 funds. • Tukwila Community Center (TCC) Pedestrian Crossing Safety Improvements: This project has been designed and two RRFBs, adjacent to the TCC, will be installed this summer in conjunction with the Annual Overlay & Repair Program Schedule A. Project construction was included in the Overlay & Repair construction bid due to economy of scale. • ADA ramps and an RRFB crossing at 144th Street/46th Avenue S: This project is near Foster High School, has been designed, and will be installed this summer if Schedule B of the Annual Overlay & Repair construction bid award is approved by Council. Project construction was included in the Overlay & Repair construction bid due to economy of scale. • Transportation Studies: KPG will develop Transportation Studies, evaluate existing conditions, vehicle volumes and speeds, signage, and five years of historical crash data for areas surrounding Tukwila Elementary, Impact Charter, and Cascade View Elementary schools. All studies will include transportation counts and speed data. • Allentown Neighborhood Speed and Safety Study: KPG developed a Transportation Study to evaluate existing conditions, vehicle volumes and speeds, signage, and five years of historical crash data in the Allentown neighborhood. The report studied existing conditions on several of the key streets in the neighborhood and made some recommendations for improvements that could be made to improve quality of life for residents, reduce speeds and improve safety for all users. KPG staff attended the March 22, 2022 and April 26, 2022 Allentown Community meetings to gather feedback from residents. Feedback received can be found in the attached Neighborhood Speed & Safety Study - Community Feedback attachment. 57 INFORMATIONAL MEMO Page 2 Based on community feedback, a Rectangular Rapid Flashing Beacon (RRFB) and a raised crosswalk on 42nd Ave S at the S 119th street pedestrian bridge crossing has been added to the planned improvements list for the Allentown neighborhood. The preliminary cost estimate for the RRFB and raised crosswalk improvements are anticipated to be approximately $240,000. The detailed cost estimate is attached. FINANCIAL IMPACT Projects on the Staff Top -10 list are anticipated to cost over $1.2 million. Staff will complete a portion of the Top -10 list using the 2022 budget. Remaining items on the list will be completed using future NTCP funding. The City is also applying for grant funding for 2023 NTCP improvements, including a Washington State Department of Transportation's Pedestrian -Bicycle Program grant funding for traffic calming improvements in Allentown. RECOMMENDATION Discussion only. ATTACHMENTS: 2021 CIP, Page 2 Staff Top -10 Recommended NTCP Projects (Updated 6-6-22) Staff Top 10 Recommended NTCP Projects Map Allentown Neighborhood Speed & Safety Study - Community Feedback S 119th Street Crossing Cost Estimate 58 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: Traffic Calming/Residential Safety Improvements Project No. 80010301 Programmatic approach to addressing neighborhood traffic concerns through a variety of methods. DESCRIPTION: Residential street improvements with sidewalks, safety improvements, and bike facilities. JUSTIFICATION: Neighborhood revitalization by improving residential streets. STATUS: Future candidates are listed in the citywide comprehensive update and safety -based prioritization of residential street improvements, sidewalks, and bike lanes. MAINT. IMPACT: Varies, depends on treatment(s) used. COMMENT: Residential improvements and traffic calming features to reduce speeds and improve pedestrian and bicycl such as the speed cushions, RRFB crossings, LED enhanced signs, Radar driver feedback signs, etc. FINANCIAL (in $000's) Through Estimated 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND EXPENSES Design 63 50 100 100 Land (R/W) Const. Mgmt. 37 Construction 148 0 300 TOTAL EXPENSES 248 50 100 400 0 0 0 0 0 FUND SOURCES ARPA Funding 100 400 Awarded Grant Proposed Grant Mitigation Actual Mitigation Expected City Oper. Revenue 248 50 0 0 0 0 0 0 0 TOTAL SOURCES 248 50 0 0 0 0 0 0 0 2021 - 2026 Capital Improvement Program 2 59 Staff Top -10 Recommended NTCP Projects Modified 6/9/2022 Original Cost Updated Cost Updated Cost Project Details Potential Treatment Options Status Estimate Range Estimate Range A Allentown Neighborhood Speed and Safety Study Since 2018, five individual requests for traffic calming have been complaints have been made to the City over prior years. Addressing the City. recorded in the NTCP list of requests; additional traffic traffic safety concerns in Allentown is a top priority for Level 1: Improved signage; radar feedback signs; pavement marking modifications. Level 2: Sidewalks; curb extensions; raised crosswalk; traffic calming; and remove the eastbound right -turn slip lane and reconfigure the S 124th Street/50th Place S intersection. • Draft Transportation Safety Study completed. • Conducted public outreach meetings on 3/22/22 and 4/26/22. • Submitted WSDOT Pedestrian and Bicycle Program Grant application in 5/2022. • Collecting new counts and speed data to evaluate improvements. $50,000-80,000 $20k for study $640k for CN of study recommendations 119th Ped. Bridge Location: $56,000 for design and $185,000 for construction. $921,000 Study neighborhood -wide volume, speed, classification and safety issues. Identify and design Level 1 and Level 2 treatments throughout Allentown. B Tukwila Elementary School Safety Improvements Since 2018, 12 traffic calming requests have been made in the Tukwila Hill neighborhood, with a significant number near Tukwila Elementary School. Common complaints have been about speeding and crosswalk or pedestrian safety. Additionally, the Council has asked for proactively addressing or anticipating concerns, specifically around school zones. Some improvements have been made around the school already, but more improvements are needed. • Transportation Safety Study initiated 5/2022. • Collecting transportation counts and speed data before the end of the school year to inform the evaluation of improvements. $30,000-80,000 TBD $30,000-80,000 Address pedestrian mobility, crosswalk safety concerns, speeding, sight distance, and upgrade School Zone signage. Level 1: School Zone beacons; improved signage; radar feedback signs; pavement marking modifications. Level 2: Curb extensions; RRFB installation; ADA ramp upgrades; improved illumination. C Impact Charter School Safety Improvements A request specific to Impact Charter School was received in 2019. The request was to provide a signed school zone, which Tukwila has provided signs marking school crossings on S 148th Street. ADA -compliant ramps have not been installed at the marked school crossings. The charter school has expanded their site to the north which requires creating a school zone on S 146th Street and other potential improvements for children's safety. Additionally, the Council has asked for proactively addressing or anticipating concerns, specifically around school zones. • Transportation Safety Study initiated 5/2022. • Collecting transportation counts and speed data before the end of the school year to inform the evaluation of improvements. • Proposed private development may provide ADA ramp improvement on S 146th Street. $8,000-15,000 TBD $8,000-15,000 Provide school crossing improvements, establish school zone on S 146th Street, if needed. Provide school crossing improvements, observe operating speeds, if necessary establish speed zone. Level 1: Improved signage for school zones on S 148th Street and S 146th Street; crosswalk installations. Level 2: ADA ramp improvements; RRFB installations; curb extensions. D Cascade View Elementary School Safety Improvements Since 2018, the Cascade View neighborhood has s een 9 requests for traffic calming. Four of the requests were about speeding, school crossing and pedestrian safety at locations around the Cascade View Elementary School. 85th Percentile speeds of "30MPH have been recorded, but analysis is needed to identify if speeding occurs during the 20MPH-active school zone period. Additionally, the Council has asked for proactively addressing or anticipating concerns, specifically around school zones. • Transportation Safety Study initiated 5/2022. • Collecting transportation counts and speed data before the end of the school year to inform the evaluation of improvements. $8,000-15,000 TBD $8,000-15,000 Upgrade School Zone signing, design and install pedestrian crossing improvements. Level 1: Improved signage for school zones on S 148th Street and S 146th Street; crosswalk installation. Level 2: ADA ramp improvements; curb extensions; enhanced crosswalk treatments. E Tukwila Community Center Pedestrian Crossing Safety Improvements The City Council has expressed desire for the NTCP to have a proactive approach to address traffic calming and safety needs throughout the City. The TCC is a well -utilized facility by the Allentown neighborhood as well as the entire City and surrounding area. There have been concerns related to pedestrian crossings on S 124th Street and speeding in Allentown. Increasing pedestrian visibility to improve safety in this high -use area is a recommended top priority. Install pedestrian safety improvements on Level 1: Improve pedestrian crossing signage. S 124th Street at 44th Avenue S and 46th Avenue S. Level 2: RRFB installations; upgrade ADA ramps; curb extensions; improved illumination. • Design completed for RRFBs, curb extensions and ADA ramps at 44th Avenue S and 46th Avenue S. • Installation scheduled for summer 2022. This is included with the 2022 overlay program this summer. $80,000-100,000 $15k PE $47k RRFB units $78k RRFB Installation $110,000.00 60 Staff Top -10 Recommended NTCP Projects Modified 6/9/2022 Original Cost Updated Cost Updated Cost Project Details Potential Treatment Options Status Estimate Range Estimate Range F Macadam Road Speed and Safety Improvements At least five requests for traffic calming, specific to speeding (and some secondary reasons) have been made since 2018. A radar feedback sign was placed near the 13700 block in 2019 but requests have continued to be made. Additional analysis is warranted to determine what other improvements could be used to address the speeding, especially where Macadam Road has extremely limited sight distance due to the curvy nature of the roadway. • Design to begin in 2/3Q. $10,000 - 30,000 TBD $10,000 - 30,000 Design and install treatments addressing speeding and curve safety north of S 144th Street. Level 1: Improved signage; LED chevron signs; channelization modifications. Level 2: G Southcenter Boulevard/65th Avenue S Pedestrian Safety Improvements Staff identified the need for improvement pedestrian safety at this location several years ago. Southcenter Boulevard is a 5- lane roadway with known speeding issues along with curves that restrict sight distance. A high pedestrian usage at this intersection accessing the King County Metro bus stop that services both the Rapid Ride F -Line and Route 150, both workhorses of the south County transit network, justifies improving pedestrian crossing safety. This intersection is slated for full signalization in the future, but interim pedestrian safety improvements should be considered sooner. • Funding available for design of full signal in 2022 CIP. • Will consider signage improvements for interim in 2/3Q. $50,000-$90,000 TBD $50,000-$90,000 Design and install pedestrian safety improvements Level 1: Improved signage for pedestrian crossing. Level 2: RRFB installation; ADA ramp upgrades; improved illumination. H City-wide Residential Speed Limit Review As part of the City Council's desire to proactively look at traffic calming needs, a full review of the residential street posted speed limits is recommended by staff. State law establishes city speed limits at 25MPH unless an engineering study is completed to justify higher speed limits. Most residential streets are posted at 25MPH today, but there are many that are posted at 30MPH or 35MPH. Likely, those speed limits are legacies of past annexation areas, where a speed study was completed by King County. The general impression Staff has is that most residents and elected officials would prefer lower speed limits. City of Seattle has also recently lowered all speed limits nearly city-wide to be 25MPH. • Not started yet. $5,000-8,000 TBD $5,000-8,000 Identify residential streets with speed limits currently above 25MPH. Conduct volume, speed and safety review. Recommend changes to speed limits, as necessary. Level 1: Modify speed limit ordinance; as needed; install new signs; as needed. Level 2: I S Ryan Way Pedestrian Safety Improvements Two requests for traffic calming to address speeding and pedestrian crossing safety in the Ryan Hill area were made in 2021. New developments are coming forward that will increase the residential population in this part of the City with multi family developments. The speed concerns, especially along S Ryan Way, coupled with the new housing developments are expected to increase pedestrian activity and warrant this analysis to be a top priority. • Transportation Safety Study for improved signage and safety improvements may begin in 2/3Q. • Construction of improvements possible in 2023. $10,000-100,000 TBD $10,000-100,000 Safety study on S Ryan Way from MLK Jr. Way to east city limits, focusing on speeding and pedestrian safety. Level 1: Improved signage. Level 2: Curb extension, improved illumination. J 5 144th Street/46th Avenue S ADA Ramps The Tukwila School District requested school crossing safety improvements at this intersection in 2017. A new Rectangular Rapid Flashing Beacon was installed in 2019. At the time the RRFB was installed, the City also submitted a grant application for the 46th Avenue S Safe Routes to School project, which would improve pedestrian safety between this intersection south to S 150th Street, and would include either a raised pedestrian crosswalk at the RRFB or install ADA -compliant curb ramps. The grant was not awarded. State law requires ADA ramps be brought up to current standards anytime a new signal, including the RRFB, is installed. Since grant monies for the larger improvement are not expected in the short term, staff recommends this as a priority to comply with laws regarding ADA requirements. • Design complete and construction to be done with the 2022 Annual Overlay Project. $15,000-20,000 $15k PE $90k Construction $105,000 Design and install ADA -compliant ramps at the intersection. Level 1: Level 2: ADA upgrades to ramps at RRFB (not done at time of RRFB installation due to budget constraints). Total $266,000-$538,000 $1,065,000 $1,257,000 - $1,474,000 61 • i Lake Washington S 152nd St RENTON Line i S 200th St U:\PW Eng \GIS General Maps \Streets_11x17_Sept2018.mxd Date: 09/09/18 By: R. Linsao City of Tukwila S Not to Scale Vicinity Map King County Disclaimer: The location of features and boundaries are approximate and are intended for reference only. Data is based on best information available. Allentown Neighborhood Speed and Safety Study - Community Feedback • Would like truck signage on S 124th St. for exiting the neighborhood. • Consultants and City staff need to be in the neighborhood to observe patterns, see things happen, etc. • Speed cushions on 42nd Ave S are desired. • 3-way stop at East Marginal Way S and S 115th St. is desired by numerous people. • The crossing at 42nd Ave S and S 119th St., by the pedestrian bridge, has had some near misses with kids. This is used often by individuals including kids. RRFB and speed cushion near this location are recommended. • A small curve sidewalk in front of Allentown Superette convenience store business at the S 124th St. & 42nd Ave S 3-way stop section. • Looking up Allentown Puget Sound Clean air energy due to the heavy number of trucks passing through the area. • Sight line concerns at the SE corner of S 124th St and 46th Ave S. • Various persons did not like the closing of S 125th St @ 50th PI S. • Due to the reroute, the truck traffic has been pushed to 50th PI S. moving the speeding and noise issues from S 124th St. to 50th PI. • S 125th St. is not really a big cut through. • Resident not interested in cushions on S 125th St. • Another resident inquired about making S 125th St. a chicane roadway. • Recommendation from resident to collect speed and data at open space locations. • Place speed cushions at public open space areas. • Generally, everyone excited about RRFBs at 44th Ave S and 46th Ave S and the improved crossing at S. 119th St. and 42nd Ave S. • The park at 50th PI. and the bridge is very well used in the summer, creating high pedestrian demand. • Install 3-way stop at S 115th St. and East Marginal Way S., or add a signal • Residents seems to be okay with left turn being restricted out of S. 125th St., but wanted to maintain left turns into S. 125th St. • All attendees supported removing the slip lane at S 124th St. and 50th PI. • Improve the park access/shoulders/parking at the Duwamish hill park. • Put a bollard on west side of S 119th St. pedestrian bridge, instead of switchbacks. • Trucks on 50th PI. create delays and access issues for residents that live on 50th PI. • Trucks on 50th PI. vibrate the houses on 50th PI. • General feeling was the southbound direction bridge reopening was not the best. • Many residents concerned about emergency vehicles getting into Allentown should an emergency require more than one engine. • The fire station in Allentown is northern most station in city. They've been using East Marginal Way S. and Interurban to get south for a couple years and have not noticed a significant reduction in response time. • Concern over the southbound direction was response time if a response required multiple engines and ladder truck they'd have to go to S 115th St. then back down 42nd Ave S to get there, making the route longer, and making the response time longer. With the age of the houses mixed in with the new construction and proximity to one another, a single house fire may likely spread quickly if the additional engines could not respond and get to the location fast enough. • Northbound bridge access is best for southern station response time. 63 55241.55 Pedestrian and Bicycle Program Project Cost Estimate S 119th Street Raised Pedestrian Crossing with RRFB COST ESTIMATE SCOPING ITEMS Total Units Quantity Unit Price x Unit Price Quantity Total CONSTRUCTION COST ESTIMATE CONSTRUCTION SURVEYING 1 LS 5000 5000 MOBILIZATION 1 LS 25000 25000 MAINTENANCE AND PROTECTION OF TRAFFIC CONTROL INCLUDING FLAGGING 1 LS 10000 10000 CLEARING & GRUBBING 900 SF 5 4500 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 1500 1500 SAWCUT ASPHALT AND/OR CONCRETE, FULL DEPTH 120 LF 25 3000 COMMON EXCAVATION 100 CY 55 5500 PAVEMENT, HMA 25 TN 350 8750 PAVEMENT, CEMENT CONCRETE 25 CY 400 10000 PAVEMENT PATCH, TEMPORARY TN 0 SPEED CUSHION OR OTHER GEOMETRIC TREATMENT (REPEAT AS NEEDED) EA 0 CATCH BASIN 2 EA 1500 3000 PIPE, CB CONN, D.I., CL 50, 8 IN 10 LF 85 850 BEDDING, CL B, 8IN PIPE 10 LF 125 1250 PIPE, PSD, D.I., CL 50, 12 IN LF 0 CONSTRUCTION STORMWATER & EROSION CONTROL 1 LS 5000 5000 TREE, VEGETATION & SOIL PROTECTION 1 LS 5000 5000 CURB RAMPS, CEM CONC 2 LF 4500 9000 CURB AND GUTTER, CEM CONC 60 LF 45 2700 SIDEWALK, CEM CONC 125 SY 75 9375 DRIVEWAY, CEM CONC 10 SY 150 1500 SIGN, TRAFFIC 6 SF 500 3000 POST, TRAFFIC SIGN 6 EA 1000 6000 LUMMINAIRE/STREET LIGHT 1 EA 10000 10000 PAVEMENT MARKINGS, THERMOPLASTIC, 8 IN STRIPE 60 LF 12 720 PAVEMENT MARKINGS, THERMOPLASTIC, LEGEND/SYMBOL 2 EA 500 1000 BICYCLE PUSHBUTTON ASSEMBLY, ALL INCLUDED EA 0 RAPID FLASHING BEACON SYSTEM OR OTHER TRAFFIC CONTROL (REPEAT AS NEEDED) 1 LS 10000 10000 SUBTOTAL 141645 Cost Estimate Subtotal Cost Estimate Contingency Cost Estimate Grand Total (Construction) PE Design & Environmental (Between 10% and 30%) ROW PE and ROW Subtotal 30% 30% Project Cost Estimate Total Acronyms LS = LUMP SUM SF = SQUARE FOOTAGE CY = CONSTRUCTION YARD TN = TON EA = EACH SY = SQUARE YARD 141645 42493.5 184138.5 184138.5 239380.1 64